Contract

Interim IT Staff Services - National

  • Scottish Government

F03: Contract award notice

Notice identifier: 2023/S 000-013451

Procurement identifier (OCID): ocds-h6vhtk-03c7f5

Published 11 May 2023, 12:29pm



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

Victoria Quay

Edinburgh

EH6 6QQ

Email

david.bilton@gov.scot

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.scotland.gov.uk

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.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

Interim IT Staff Services - National

Reference number

SP-22-002

two.1.2) Main CPV code

  • 79620000 - Supply services of personnel including temporary staff

two.1.3) Type of contract

Services

two.1.4) Short description

This Framework Agreement is for the provision of Interim IT Staff Services nationally. The Framework Agreement will be for a maximum period of 48 months. Contractors must be capable of supplying suitably qualified interim workers covering a diverse range of skill sets that have been through the relevant disclosure/security processes. Interim workers should be suitably trained and experienced to perform the duties required of them and must be eligible to work in the United Kingdom.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £200,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 72222300 - Information technology services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

This Framework Agreement is for the provision of Interim IT Staff Services nationally. The Framework Agreement will be for a maximum period of 48 months. Contractors must be capable of supplying suitably qualified interim workers covering a diverse range of skill sets that have been through the relevant disclosure/security processes. Interim workers should be suitably trained and experienced to perform the duties required of them and must be eligible to work in the United Kingdom. The Contractor must be able to provide coverage nationally, with consistent levels of service for varied assignment types and terms as required by the Framework Public Bodies, on a cost effective and best value basis. Contractors will be able to provide interim workers to meet requirements at the Framework Public Bodies’ premises as and when required. Contractors must provide comprehensive management information throughout the duration of the Framework Agreement and any Call-Off Contract awarded under the Framework, to all participating Framework Public Bodies

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


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

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: 2022/S 022-190458


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

10 May 2023

five.2.2) Information about tenders

Number of tenders received: 19

Number of tenders received from SMEs: 14

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 19

Number of tenders received by electronic means: 19

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Venesky-Brown

4A Rutland Square

Edinburgh

EH1 2AS

Telephone

+44 1236439434

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

ASA International Ltd, trading as ASA Recruitment

6 Coates Crescent

Edinburgh

EH3 7AL

Telephone

+44 1312266222

Country

United Kingdom

NUTS code
  • UKM - Scotland
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Lorien Resourcing Ltd

Randolph House, 4 Charlotte Lane

Edinburgh

EH2 4QZ

Telephone

+44 2039100059

Country

United Kingdom

NUTS code
  • UKM75 - Edinburgh, City of
The contractor is an SME

No

five.2.3) Name and address of the contractor

Harvey Nash Limited

Waverley Gate, 2-4 Waterloo Place

Edinburgh

EH1 3EG

Telephone

+44 1314604309

Country

United Kingdom

NUTS code
  • UKM75 - Edinburgh, City of
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £124,000,000

Total value of the contract/lot: £124,000,000


Section six. Complementary information

six.3) Additional information

This framework will be available for: Scottish Ministers (including Agencies), Scottish Non-Departmental Public Bodies, offices in the Scottish Administration which are not ministerial offices, cross-border public authorities within the meaning of section 88(5) of the Scotland Act 1998, The Office for the Secretary of State for Scotland, the Scottish Parliamentary Corporate Body, councils constituted under section 2 of the Local Government etc. (Scotland) Act 1994, bodies registered as social landlords under the Housing (Scotland) Act 2001, Scottish health boards or special health boards, Student Loans Company Limited, the Commissioner of Northern Lighthouse operating as the Northern Lighthouse Board, Scottish Futures Trust, Equality and Human Rights Commission, Business Stream Ltd, the Business Gateway National Unit at the Convention of Scottish Local Authorities, further or higher education institutions being fundable bodies within the meaning of section 6 of the further and Higher Education (Scotland) Act 2005, any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by one or more of the foregoing, bodies financed wholly or mainly by one or more of the foregoing, bodies subject to management supervision by one or more of the foregoing and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, being appointed by one or more of the foregoing. In addition to the contracting authorities listed, the framework agreement will be available to charities entered on the Scottish Charity Register and voluntary organisations entered on the Membership Database of the Scottish Council for Voluntary Organisations.

Information about agencies of the Scottish Ministers ,Scottish Non-Departmental Public Bodies and offices in the Scottish Administration which are not ministerial offices are listed at

http://www.scotland.gov.uk/Topics/Government/public-bodies/about/Bodies

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.

Award Criteria questions can be found in the ITT together with the weightings.

Technical Envelope - Tenderers who provide a ‘NO’ answer to Q 2.1.2 or 2.7.3 or fail to achieve a moderated average score of ‘50%’ or more against questions 2.3.1, 2.3.4, 2.4.1, 2.4.2, or a score of ‘50%’ or more for 2.6.1 will result in their tender not being considered further and will not be included in the Price/Quality ratio calculation.

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.

(SC Ref:729738)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court and Justice of the Peace Court

27 Chamber Street

Edinburgh

EH1 1LB

Telephone

+44 1312252525

Country

United Kingdom