Tender

Scottish Forestry - Provision of an HR, Payroll and Learning Management Service

  • Scottish Forestry

F02: Contract notice

Notice identifier: 2023/S 000-021320

Procurement identifier (OCID): ocds-h6vhtk-03e4cf

Published 24 July 2023, 3:05pm



The closing date and time has been changed to:

4 September 2023, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Scottish Forestry

Saughton House

Edinburgh

EH11 3XD

Contact

Procurement

Email

david.docherty@gov.scot

Telephone

+44 1

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

https://forestry.gov.scot/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30372

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.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30372

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/search/Search_AuthProfile.aspx?ID=AA30372

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Scottish Forestry - Provision of an HR, Payroll and Learning Management Service

Reference number

SF_0339

two.1.2) Main CPV code

  • 79900000 - Miscellaneous business and business-related services

two.1.3) Type of contract

Services

two.1.4) Short description

Scottish Forestry is looking to appoint a single supplier to provide an end-to-end, fully managed HR and Payroll service with a supporting, cloud-based HR and Payroll system with an integrated Learning Management System.

two.1.5) Estimated total value

Value excluding VAT: £1,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79900000 - Miscellaneous business and business-related services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Saughton House, Edinburgh

two.2.4) Description of the procurement

Scottish Forestry is looking to appoint a single supplier to provide an end-to-end, fully managed HR and Payroll service with a supporting, cloud-based HR and Payroll system with an integrated Learning Management System.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £1,000,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Initial 3 year Contract Period plus 2 x 1 year extension options

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

List and brief description of selection criteria:

SECTION B: Q4B.4 and Q4.B.4.1 FINANCIAL

Q4B.5.1a, Q4B.5.1b and Q4.B5.2 INSURANCE

FINANCIAL - It is a requirement of this Contract that Tenderers can demonstrate the minimum ratio indicated below:

FINANCIAL - Bidders must demonstrate a current ratio of 1.0 or above. The ratio will be calculated as follows: current assets/current liabilities.

INSURANCE - It is a requirement of this Contract that Tenderers hold or can commit to obtain prior to the commencement of the Contract the types and minimum level of insurance indicated below:

Minimum level(s) of standards possibly required

Minimum level(s) of standards required:

INSURANCE

Professional Risk Indemnity Insurance 2,000,000 GPB

Employers (Compulsory) Liability Insurance 5,000,000 GBP

Public Liability Insurance 1,000,000 GBP

Cyber Security Insurance 1,000,000 GBP

three.1.3) Technical and professional ability

List and brief description of selection criteria

List and brief description of selection criteria:

SECTION C Q4C.4

Tenderers should state if they intend or do not intend to use a supply chain to deliver the requirements detailed in the Contract Notice. If Tenderers intend to use a supply chain, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively and the evidence listed below will be provided as requested.

Minimum level(s) of standards possibly required

Prior to contract award Scottish Procurement will ask the Economic Operator to provide evidence of:

a. their standard payment terms

b. ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.

If the Economic Operator is unable to confirm b) they must provide an improvement plan, signed by their Director, which improves the payment performance. If the Economic Operator cannot evidence a) and b) and, if required the provision of an improvement plan signed by their Director which improves the payment performance, then an award of contract will not be made.

three.2) Conditions related to the contract

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

Originally published as:

Date

28 August 2023

Local time

12:00pm

Changed to:

Date

4 September 2023

Local time

12:00pm

See the change notice.

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

Tender must be valid until: 28 February 2024

four.2.7) Conditions for opening of tenders

Date

28 August 2023

Local time

12:00pm

Place

Via PCS


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: July 2029

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 ITT Award Criteria contains 4 pass/fail questions (including Q4C.4 referred to in Section C above). Anyone who does not obtain a pass for these questions will not be considered further. All scored questions will be evaluated in accordance with the following scoring methodology:

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 requirement will be fulfilled.

4 Excellent - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.

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.

The Public Contracts (Scotland) Regulations 2015 (legislation.gov.uk)

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=739624.

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.

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:739624)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court

27 Chambers Street

Edinburgh

EH1 1LB

Telephone

+44 1312252525

Country

United Kingdom