Opportunity

Interim Professional Staff Services - National

  • Scottish Government

F02: Contract notice

Notice reference: 2022/S 000-013719

Published 23 May 2022, 10:44am



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

Victoria Quay

Edinburgh

EH6 6QQ

Email

Colin.Anderson@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.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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/esop/pts-host/public/pts/web/login.html

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.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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 Professional Staff Services - National

Reference number

SP-22-001

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 Professional 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.1.5) Estimated total value

Value excluding VAT: £124,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

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 Professional 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.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

Bidders must demonstrate a Current Ratio of 0.9 or greater. See Part 4B question 1.68.1 of the SPD. Current Ratio will be calculated as follows: total current assets divided by total current liabilities. There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing. In the event that the bidder does not meet the financial criteria for consideration but has a parent company that does, the tenderer may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee.

Minimum level(s) of standards possibly required

It is a requirement of this Framework 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 liability insurance in accordance with any legal obligation for the time being in force. Public Liability Insurance in the sum of not less than 1 Million GBP per incident. See Part 4B question 1.68.4 of the SPD. Professional Indemnity Insurance not less than 1 Million GBP per incident. See Part 4B question 1.68.4 of the SPD. Bidders must provide a separate SPD response from entities upon whose capability / capacity they rely on in order to meet any selection criteria including Economic and Financial standing.

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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 several operators

Envisaged maximum number of participants to the framework agreement: 4

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: 2021/S 000-023592

four.2.2) Time limit for receipt of tenders or requests to participate

Date

12 July 2022

Local time

2:00pm

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

12 July 2022

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Within 4 years

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

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.

Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20484. 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 Contractor will be required, where practical, to:

- Consider relevant opportunities for community benefits;

- Consider opportunities for the involvement of SMEs and/or third sector organisations in delivery of this Framework.

(SC Ref:685624)

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