Section one: Contracting authority
one.1) Name and addresses
Scottish Forestry
Saughton House
Edinburgh
EH11 3XD
Contact
Procurement
Telephone
+44 1
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=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