Section one: Contracting authority
one.1) Name and addresses
Crown Estate Scotland
Quartermile Two, 2nd Floor, 2 Lister Square
Edinburgh
EH3 9GL
Contact
Maurice McTeague
maurice.mcteague@crownestatescotland.com
Telephone
+44 1314607657
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
http://crownestatescotland.com/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA29444
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.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.publiccontractsscotland.gov.uk/
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://www.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Other type
Public Corporation
one.5) Main activity
Other activity
Property
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Recruitment Agency Services (Permanent Roles) for Energy and Infrastructure team
Reference number
CES-ITT-2021-06-01
two.1.2) Main CPV code
- 79600000 - Recruitment services
two.1.3) Type of contract
Services
two.1.4) Short description
framework for a specialist recruitment agency to source candidates for permanent roles (including known requirements for eight additional posts over the next two years and any other similar roles which may be required) within our Energy and Infrastructure team (E&I). Crown Estate Scotland specifically requires additional skills around innovation, oil and gas and associated offshore wind opportunities and to source specialist skills from a range of sectors.
two.1.5) Estimated total value
Value excluding VAT: £240,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
- 79600000 - Recruitment services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Edinburgh
two.2.4) Description of the procurement
Crown Estate Scotland is seeking to appoint an agency to assist with permanent recruitment to further build our team in Energy & Infrastructure which is part of our Marine Directorate. This is to support significant growth in this area of the business.
Crown Estate Scotland specifically requires additional skills around innovation, oil and gas and associated offshore wind opportunities and to source specialist skills from a range of sectors.
The appointed agency will exclusively source candidates for permanent roles (including a known requirement for eight additional posts over the next two years and any other similar roles which may be required) within our Energy and Infrastructure team (E&I).
Given our unique role in this market and our requirement to source talent directly from a breadth of sectors it is therefore essential that we appoint a suitable agency who operates in these markets, and has the required capacity, networks and experience in the private sector to take on this work.
Our strong preference is to procure and appoint one agency to lead on this campaign for a period of time and to also work on any similar roles which arise over the course of the framework term.
Skills, knowledge, experience and understanding of the agency will span a number of industries including offshore wind, renewables, oil and gas, hydrogen economy and wave and tidal and it has already been determined that a generalist agency without direct, demonstrated and current experience recruiting these areas of specialism may not have either the capacity or infrastructure to deal with our requirements.
Crown Estate Scotland does not guarantee any volumes of usage throughout the life of this Framework Agreement.
two.2.5) Award criteria
Quality criterion - Name: Crown Estate Scotland context and understanding / Weighting: 15
Quality criterion - Name: Experience – including involvement in relevant projects and staff knowledge / Weighting: 20
Quality criterion - Name: approach – to delivery of the scope and management of the project / Weighting: 35
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £240,000
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 framework contract will run for an initial TWO YEARS from the date of signing the agreement with the option to extend for up to 2 X 12 Months] at the discretion of Crown Estate Scotland and subject to satisfactory performance, available funding and strategic fit with the priorities of Crown Estate Scotland
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
option to extend for up to 2 X 12 Months] at the discretion of Crown Estate Scotland and subject to satisfactory performance, available funding and strategic fit with the priorities of Crown Estate Scotland
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
The agency will have recruited for a number of industries including offshore wind, renewables, oil and gas, hydrogen economy and wave and tidal. A generalist agency without direct, demonstrated and current experience recruiting these areas of specialism may not have either the capacity or infrastructure to deal with our requirements.
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
Bidders will evidence the professional qualifications, relevant industry recognised accreditations and appropriate experience that they and any associates involved in the provision of this contract hold
three.1.2) Economic and financial standing
List and brief description of selection criteria
Annual turnover specific to this area of the business to be in excess of twice the stated maximum framework value.
three.1.3) Technical and professional ability
List and brief description of selection criteria
appropriate professional qualifications, relevant industry recognised accreditations and appropriate experience must be demonstrated
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As stated in 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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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
9 July 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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
9 July 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: The framework contract will run for an initial TWO YEARS from the date of signing the agreement with the option to extend for up to 2 X 12 Months] at the discretion of Crown Estate Scotland and subject to satisfactory performance, available funding and strategic fit with the priorities of Crown Estate Scotland following which it may be subject to retender.
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
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=655802.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Commitments to Fair Work First and Community Benefits should be considered by the bidders on a voluntary basis as detailed in the Crown Estate Scotland Related Policies document included in the tender pack.
(SC Ref:655802)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=655802
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
Telephone
+44 1312252525
Country
United Kingdom