Section one: Contracting authority
one.1) Name and addresses
Scottish Parliamentary Corporate Body
The Scottish Parliament, Procurement Services
Edinburgh
EH99 1SP
Leesa.Rintoul@scotland-excel.org.uk
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10284
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Other type
Devolved Parliament
one.5) Main activity
Other activity
Legislative Body
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Managed Learning Service
Reference number
NIC-SER-506
two.1.2) Main CPV code
- 80000000 - Education and training services
two.1.3) Type of contract
Services
two.1.4) Short description
The Contractor is required to provide a fully managed learning service (including an internal system for administration and reporting) which ensures that a range of relevant training, learning and staff development services are available for SPCB staff, MSPs, MSP staff, Commissioners, Contractors and any other relevant groups identified by the SPCB.
To ensure consistency and quality of learning in line with a revised approach to Learning and Development, we require an MLS provider that can work with our Learning and Development priorities, ensuring value for money, competitive rates from leading providers through an established supply-chain, and assurance that we can meet demand for learning and development. The service must provide Members, their staff, Commissioners, contractors and SPCB staff with access to quality training and learning content as well as data on usage, effectiveness and return on investment.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Holyrood, Edinburgh
two.2.4) Description of the procurement
The Scottish Parliamentary Body (SPCB) requires a fully managed learning service to provide the following:
Administration and Logistics Service
- training course booking and administration service.
- learner support for scheduling, booking and joining training courses.
- monitoring and reporting tools to record uptake and training attendance, showing training records, cancellations, attendance, compliance, etc.
Supply Chain Management Support
- source and select external courses/providers based on planned and ad hoc training requirements.
Learning and Development Planning Support
- work with the Learning and Development team to develop an organisational-wide annual training schedule which will incorporated staff Personal Development Plans and other training needs analyses.
Expert Consultancy
- specialised consultancy service on an as-needed basis.
- design and/or delivery of bespoke in-house training courses.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further period/s of up to 36 months, at the sole discretion of the SPCB.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Optional Requirements – Learning Management System
Via the contractors Learning Management Portal or other system the SPCB would like to explore the potential for an SPCB Learning Management System (LMS) that can be accessed by all users via Single Sign On (SSO) allowing users to access the portal on logging into the network, to avoid duplication of effort by having to re-enter their credentials.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Scotland Excel is acting on behalf of The Scottish Parliament in the execution of this tender but will not be party to the contract or the management of the contract throughout its lifetime.
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
In relation to the SPD (Scotland):
4A.1 - not used
4A.2 - not used.
three.1.2) Economic and financial standing
List and brief description of selection criteria
In relation to the SPD (Scotland):
4B.1 - 4B.4: not used
4B.5: Its is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of the awarded contract the types and levels of insurance indicated below:
Employers (Compulsory) Liability Insurance = 5,000,000 GBP
Public Liability Insurance = 1,000,000 GBP
Professional Indemnity Insurance = 1,000,000 GBP
4B.6: The Scottish Parliamentary Corporate Body (SPCB) uses Creditsafe, an independent provider of online business credit reports, to assess the financial standing of tenderers. We highly recommend that tenderers review their financial performance on Creditsafe to understand their credit score rating which will be used by the SPCB to evaluate the financial standing of the tenderer and that they read the information about how that data is collected and used prior to submitting a tender. Information and the opportunity to run a free report can be found at http://www.creditsafe.com/products/business-credit-reports/
The SPCB requires tenderers to have a Creditsafe Risk Score of 40 or higher to demonstrate satisfactory financial standing. If a tenderer has a lower credit risk score than 40 on Creditsafe and has the backing of a parent company with a credit risk score of 40 or higher, then the provision of a parent company guarantee will be required prior to the award of any contract. If a tenderer has a lower credit risk score than 40 and cannot provide a parent company guarantee, they must submit evidence to support a stable and improved financial standing with their tender or the tender may be rejected. If no evidence is provided with the tender or the evidence provided is not sufficient to demonstrate a satisfactory financial position to the satisfaction of the SPCB (whose decision in this regard shall be final), then the tender will be rejected and will not be evaluated further.
If a tenderer is not listed on Creditsafe, for whatever reason, then it will be asked to submit equivalent accounts to enable the required assessment of financial standing to be carried out. If the information provided does not, in the SPCB’s opinion, demonstrate a satisfactory financial position, the bid may be rejected.
Minimum level(s) of standards possibly required
4B.6: Tenderers should have a Creditsafe credit rating of 40 or higher to demonstrate satisfactory financial standing. If a tenderer has a lower credit rating score and has the backing of a parent company with a credit rating of 40 or higher, then the provision of a Parent Company Guarantee prior to the award of any contract will be acceptable. If a tenderer has a lower credit rating score and no evidence to support a stable or improved financial standing then the tender may be rejected.
three.1.3) Technical and professional ability
List and brief description of selection criteria
In relation to the SPD (Scotland):
4C.1.2 - Used.
Minimum level(s) of standards possibly required
4C.1.2 Bidders are required to provide three (3) detailed examples of services carried out within the past five (5) years which demonstrate that they have the relevant experience in delivering the range of services as described in part II.2.4 of the Contract Notice. (Examples from both public and/or private sector customers and clients may be provided).
Failure to provide three examples demonstrating relevant experience of delivering this range of services will result in disqualification from the procurement process and the bidder's submission evaluated no further. Answers should be limited to no more than 1000 words per question. The evaluation will cease at this word limit and no further content will be assessed.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-026273
four.2.2) Time limit for receipt of tenders or requests to participate
Date
22 February 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
22 February 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The SPCB requires the Contractor to hold Cyber Essentials certification (or equivalent) for the duration of the Contract.
The Contractor must ensure payment of sub-contractors at all stages of the supply chain is made within 30 days and include a point of contact for sub-contractors to refer to in the case of payment difficulties. This will require you to actively monitor payment performance and provide evidence and reports to the contracting authority on a regular basis.
Contractors are asked to note that a technical evaluation score of 0 (Unacceptable) or 1 (Poor) for 'Question J: Administration and Reporting' of the Tender Schedules document will result in rejection of the tender and suppliers will not progress to the Presentation Stage of the evaluation.
The technical evaluation scoring criteria is available at: “2. Scoring Mechanism for Technical Elements” in Annex A of the Invitation to Tender document.
Information about Supplier Presentations is contained within section “1. The Process – Bid Verification & Presentations” in Annex A of the Invitation to Tender document.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25855. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
The Technical evaluation of the tender includes a question on Community Benefits. Full details are included within the Invitation to Tender document.
(SC Ref:755864)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom