Section one: Contracting authority
one.1) Name and addresses
Scottish Government
3A South, Victoria Quay
Edinburgh
EH6 6QQ
Contact
Tony Aitken
Telephone
+44 1312448156
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
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
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
https://www.publiccontractsscotland.gov.uk/
Reference number
CASE/540786
two.1.2) Main CPV code
- 79600000 - Recruitment services
two.1.3) Type of contract
Services
two.1.4) Short description
The purpose of the project is to appoint a sole supplier who can deliver a report for psychological assessment services in relation to SCS recruitment and promotion (primarily at Director level and above) that demonstrates our commitment to diversity, is compliant and incorporates the Scottish Government SCS Leadership Criteria and the specific criteria for the post at SCS level.
Our approach to all SCS recruitment is informed by the Race Recruitment and Retention Plan Race recruitment and retention - an instigation for change: action plan - gov.scot (www.gov.scot) and Disability Recruitment and Retention plan Recruitment and retention plan for disabled people: 2019 - gov.scot (www.gov.scot).
The Supplier shall be required to work with the People Directorate Senior Talent and Staffing Team to meet all requirements for Assessment Centre and associated services.
two.1.5) Estimated total value
Value excluding VAT: £150,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79635000 - Assessment centre services for recruitment
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Scotland
two.2.4) Description of the procurement
The purpose of the project is to appoint a sole supplier who can deliver a report for psychological assessment services in relation to SCS recruitment and promotion (primarily at Director level and above) that demonstrates our commitment to diversity, is compliant and incorporates the Scottish Government SCS Leadership Criteria and the specific criteria for the post at SCS level.
Our approach to all SCS recruitment is informed by the Race Recruitment and Retention Plan Race recruitment and retention - an instigation for change: action plan - gov.scot (www.gov.scot) and Disability Recruitment and Retention plan Recruitment and retention plan for disabled people: 2019 - gov.scot (www.gov.scot).
The Supplier shall be required to work with the People Directorate Senior Talent and Staffing Team to meet all requirements for Assessment Centre and associated services
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £150,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The contract will have the option to extend for a further 12 months at the sole discretion of the Scottish Government
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contract may require the original requirements to be updated to take in to consideration legal changes or internal Scottish Government recruitment policy changes.
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
Quality Criteria 70%
Price 30%
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
SPD (Scotland) Selection Criteria Section, question Section A, part IV, Suitability
Minimum level(s) of standards required:
Please refer to the statements when completing section 4A of the SPD (Scotland)
Statements for:
4A.1 and 4A.1.1 — If required, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
Consultants must be Chartered Occupational Psychologists, members of the British Psychological Society (BPS) and registered with the Health and Care Professions Council (HCPC).
three.1.2) Economic and financial standing
List and brief description of selection criteria
Economic and financial standing.
List and brief description of selection criteria:
Bidders must refer to the SPD Bidders Guidance Instructions document concerning Section B, part IV, Economic and Financial Standing selection criteria. SPD (Scotland) Selection Criteria Section, question Section B, part IV, Economic and Financial Standing:
4B.1.1, 4B.3, 4B.4, 4B.4.1, 4B.5.1A, 4B.5.1B, 4B.5.2, and 4B.5.3,
Minimum level(s) of standards possibly required
Statements for:
4B.1.1 - Bidders will be required to have a minimum “general” yearly turnover of 300000 GBP for the last 3 years:
4B.3 - Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.
4B.4 - Bidders will be required to state the value(s) for the following financial ratio(s):
Ratio name - Current Ratio
Ratio value - 1.0
The acceptable range for each financial ratio is: 1.0 or above
The ratio will be calculated as follows: net current assets divided by net current liabilities.
Ratio name - Quick Ratio
Ratio value - 1.0
The acceptable range for each financial ratio is: 1.0 or above
The ratio will be calculated as follows: The Quick Ratio equals Quick Assets divided by Current Liabilities.
Ratio name - Debt Ratio
Ratio value - less than 0.3
The acceptable range for each financial ratio is: 0.3 or below
The ratio will be calculated as follows: The Debt Ratio equals total debt divided by total assets.
4B.4.1 - If the relevant documentation is available electronically, please indicate:
4B.5.1A, 4B.5.1B & 4B.5.2 - It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 5 000 000 GBP
Public Liability Insurance = 1 000 000 GBP
Professional Risk Indemnity Insurance = 1 000 000 GBP
http://www.hse.gov.uk/pubns/hse40.pdf
4B.5.3 - If this information is available electronically, please indicate:
three.1.3) Technical and professional ability
List and brief description of selection criteria
Technical and professional ability
List and brief description of selection criteria:
Bidders must refer to the SPD Bidders Instructions document concerning Section C, part IV, Technical and Professional Ability selection criteria. SPD (Scotland) Selection Criteria Section, question Section C, part IV, Technical and Professional Ability:
4C.8.1, 4C.8.2 and 4C.10.
Minimum level(s) of standards possibly required
Bidders must refer to the SPD (Scotland) Bidders Guidance Instructions document concerning Section C, part IV, Technical and Professional Ability selection criteria.
Statements for:
4C.8.1 - Bidders will be required to confirm their average annual manpower for the last three years (FOR INFORMATION PURPOSES ONLY).
4C.8.2 - Bidders will be required to confirm their and the number of managerial staff for the last three years(FOR INFORMATION PURPOSES ONLY).
4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract (FOR INFORMATION PURPOSES ONLY).
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
Individuals on this contract must be a Chartered Occupational Psychologists, members of the British Psychological Society (BPS) and registered with the Health and Care Professions Council (HCPC).
three.2.2) Contract performance conditions
Contract performance and service levels are contained within Schedule 1 and within the ITT
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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.2.2) Time limit for receipt of tenders or requests to participate
Date
2 June 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
2 June 2021
Local time
12:00pm
Place
Scotland
Information about authorised persons and opening procedure
Tony Aitken - Senior Portfolio Specialist - Scottish Government procurement Team (SGPT). PCS & PCS-t will be used and can only be opened after the submission deadline date/time.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The contract's initial term will be 24 months, with the option to extend for a further 12 month period at the sole discretion of the Scottish Government. The contract award criteria will be Price 30% /Quality 70 %.
Question Scoring Methodology for Award Criteria outlined in invitation to tender:
0 — Unacceptable. Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.
1 — Poor. Response is partially relevant but generally poor. The response addresses some elements of the
requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be
fulfilled.
2 — Acceptable. Response is relevant and acceptable. The response addresses a broad understanding of the
requirement but may lack details on how the requirement will be fulfilled in certain areas.
3 — Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good
understanding and provides details on how the requirements will be fulfilled.
4 — Excellent. Response is completely relevant and excellent overall.
Bidders must complete the SPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement.
SPD (Scotland) (Selection Stage)
The purpose of the Selection Stage is to allow the Scottish Ministers to assess tenderers’ suitability, capacity and capability to provide the Services required under the proposed Contract. Tenderers must submit responses to each question contained in the SPD (Scotland) (Qualification Envelope in PCS-t). In assessing responses to the SPD (Scotland), a ‘Pass/Fail’ score will be awarded to the following question:
Only tenders that achieve a ‘Pass’ for all questions in the SPD (Scotland) question will have their tender considered further and will proceed to the Price/Quality ratio calculation.
Bidders must pass the following selection questions:
4A.1 and 4A.1.1 — If required, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
4B.1.1 - Bidders will be required to have a minimum “general” yearly turnover of 300000 GBP for the last 3 years:
4B.4 - Bidders will be required to state the value(s) for the following financial ratio(s):
Ratio name - Current Ratio
Ratio value - 1.0
The acceptable range for each financial ratio is: 1.0 or above
The ratio will be calculated as follows: net current assets divided by net current liabilities.
Ratio name - Quick Ratio
Ratio value - 1.0
The acceptable range for each financial ratio is: 1.0 or above
The ratio will be calculated as follows: The Quick Ratio equals Quick Assets divided by Current Liabilities.
Ratio name - Debt Ratio
Ratio value - less than 0.3
The acceptable range for each financial ratio is: 0.3 or below
The ratio will be calculated as follows: The Debt Ratio equals total debt divided by total assets.
All insurances required
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18529. 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
(SC Ref:651757)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom