Section one: Contracting authority
one.1) Name and addresses
Perth & Kinross Council
2 High Street
Perth
PH1 5PH
Telephone
+44 1738475000
Country
United Kingdom
NUTS code
UKM77 - Perth & Kinross and Stirling
Internet address(es)
Main address
Buyer's address
http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.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.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Managed Service for Term Operational Resource
Reference number
PKC12192
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
Managed Service for Term Operational Resource Contract is to provide staff into short term and fixed term posts to work in conjunction with Council staff performing Refuse Collection, Street Sweeping, Waste Disposal and Grounds Maintenance activities.
two.1.5) Estimated total value
Value excluding VAT: £12,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79620000 - Supply services of personnel including temporary staff
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
two.2.4) Description of the procurement
Managed Service for Term Operational Resource Contract is to provide staff into short term and fixed term posts to work in conjunction with Council staff performing Refuse Collection, Street Sweeping, Waste Disposal and Grounds Maintenance activities.
There may be an additional requirement for the provision ad hoc cover in respect of cleaning staff at Pullar House.
The contract is required to place additional staff within the Operations Division at key times of the year. This demand is created due to peaks in work such as grass cutting, green waste collection and summer holiday cover. The temporary workers are embedded within full time staff squads, receive the same induction and specialist training and access to the same welfare facilities. This service will be provided on the basis of a ‘managed service’ where the contracted provider (the tenderer) will ensure that workers are recruited and managed to achieve the objectives of the contract. The tenderer’s manager will be accountable to the Council Operations Manager.
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
36
This contract is subject to renewal
Yes
Description of renewals
The Council shall have the option of extending the Contract on the same terms and conditions (either singly or in phases) for a further period (or periods) of up to 3 years after the expiry of the term.
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
two.2.14) Additional information
The estimated value of this contract is 3m to 6 million GBP in the initial 3 year period, potentially 6 to 12 million GBP including extensions.
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
N/A
three.1.2) Economic and financial standing
List and brief description of selection criteria
4B.4
Bidders will be required to state the values for the following for the last 2 financial years:
Current Ratio (Current Assets divided by Current Liabilities)
Net Assets (Net Worth) (value per the Balance Sheet, no calculations required)
4B.5.1
It is a requirement of this contract 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.
Minimum level(s) of standards possibly required
4B.4
The acceptable range is:
Current Ratio it is expected that the ratio is equal to or greater than 1, i.e. Current Assets will equal or exceed Current Liabilities. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.
Net Assets (Net Worth) it is expected that the Net Worth will be positive, i.e. a Net Assets position. Reasons for not meeting the required test to be disclosed together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.
A Credit Reference will be undertaken prior to appointment; bidders will therefore be expected to have a satisfactory Credit Reference rating.
4B.5.1
Employer’s (Compulsory) Liability Insurance = 10 million GBP
Public Liability Insurance = 5 million GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
C: Technical and Professional Ability
4C.1.2 Bidders will be required to provide 3 examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.
Recruitment of staff across a broad range of manual disciplines, staff management, staff training and the successful performance of a managed service contract in environmental circumstances.
D: Quality Assurance
4D.1 Quality Management Procedures
The bidder must be able to produce certificates drawn up by independent bodies attesting that the bidder complies with the required quality assurance standards, including accessibility for disabled persons.
4D.2 Environmental Management
The bidder must be able to produce certificates drawn up by independent bodies attesting that the bidder complies with the required environmental management systems or standards.
Minimum level(s) of standards possibly required
4C.1.2 Bidders will be required to provide 3 examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.
Recruitment of staff across a broad range of manual disciplines, staff management, staff training and the successful performance of a managed service contract in environmental circumstances.
4D.1 Quality Management Procedures
1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent)
Or
The bidder must have relevant policies and/or procedures as set out in the Instructions for Tenderers Document, Evaluation.
4D.2 Environmental Management
1 The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with
BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate,
OR
The bidder must have relevant policies and/or procedures as set out in the Instructions for Tenderers Document, Evaluation.
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
Date
25 October 2023
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
25 October 2023
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: April 2029
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25156. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
Perth and Kinross Council does not anticipate the need to Sub-Contact.
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 Council is committed to maximising Community Benefits from its Contracts. Community Benefits improve the economic, social, or environmental wellbeing of the area. Suppliers are required to support the Council with this.
More information about the Council’s approach to Community Benefits and current community requirements in the Council area can be found at our website.
Based on the estimated spend of the contract the successful supplier will be required to deliver a minimum number of Community Benefits points in line with the Annual spend thresholds below:
The Council will calculate which Annual Spend Threshold has been met.
The supplier will communicate with the Council’s designated person to finalise the Benefits that they will be offering.
The supplier must report delivered Community Benefits to the Council’s designated person on a six monthly basis.
(SC Ref:745577)
six.4) Procedures for review
six.4.1) Review body
Perth Sheriff Court
Tay Street
Perth
PH2 8NL
Country
United Kingdom