Section one: Contracting authority
one.1) Name and addresses
Scottish Parliamentary Corporate Body
The Scottish Parliament, Procurement Services
Edinburgh
EH99 1SP
Telephone
+44 1313486620
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10284
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/
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/
one.4) Type of the contracting authority
Other type
Devolved Parliament
one.5) Main activity
Other activity
Legislative Body
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Resilience Training
Reference number
NIC-SER-485
two.1.2) Main CPV code
- 80000000 - Education and training services
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Parliamentary Corporate Body (SPCB) requires a contractor to support the design and delivery of a training programme aimed at developing skills and knowledge around resilience.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 80500000 - Training services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Holyrood, Edinburgh and remotely
two.2.4) Description of the procurement
The SPCB recognises that there are a range of risks which could potentially affect the ability of the organisation to fulfil its role. As part of the mitigation for and response to these risks we provide training opportunities for our staff and other stakeholders to help develop expertise and experience across a range of resilience topics including, but not limited to:
- Business Continuity
- Emergency Response
- Incident/Critical Event Management (Strategic, Tactical and Operational and Secretariat)
- Cyber Security (end-user and incident management, not technical)
- Incident Communications
- Risk Management
To assist with the delivery of this approach the SPCB requires a Contractor (possibly with the support of subcontractors) to:
- take a resilience-related business need identified by the Parliament and design and deliver a development programme to meet that business need
- evaluate the success of programme delivery
- ensure that programmes are consistent with and build on those previously delivered
Methods of delivery may include, but are not limited to: workshops (classroom/virtual), e-learning and exercises (table top or live).
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Cost criterion - Name: Cost / 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
Initial contract period 3 years with option to extend by up to 36 months at the sole discretion of the SPCB
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
If there is a tie for 5th place then the candidate who scored highest from the tied candidates in question 4C1.2, part (ii) will be invited. If there is still a tie after question 4C1.2 (ii) has been considered, then all those candidates still tied for 5th place will be invited to tender
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
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.
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
The Scottish Parliamentary Corporate Body (SPCB) uses Creditsafe, an independent provider of online business credit reports, to assess the financial standing of tenderers. Tenderers are encouraged to review their financial performance on Creditsafe and read information about
how that data is collected and used prior to submitting a tender. Information and the opportunity to run a free report can be found at http://www.creditsafe.com/products/business-credit-reports/
If a tenderer does not agree with the credit rating it has been given by Creditsafe it can provide supporting evidence to demonstrate its current position and this will be taken into account when the financial standing is being assessed.
If a tenderer is not listed on Creditsafe, for whatever reason, then it may be asked to submit equivalent accounts to enable the required assessment of financial standing to be carried out.
Tenderers should have a Creditsafe credit rating of 40 or higher to demonstrate satisfactory financial standing. If a tenderer has a lower credit rating score and has the backing of a parent company with a credit rating of 40 or higher, then the provision of a Parent Company
Guarantee prior to the award of any contract will be acceptable. If a tenderer has a lower credit rating score and no evidence to support a stable or improved financial standing then the tender may be rejected.
Minimum level(s) of standards possibly required
Credit rating (on Creditsafe) of 40 or above.
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C1.2
Bidders should provide 2 examples of having designed and/or delivered training on resilience related topics as set out in the contract notice in section II.2.4. Each example must include:
(i) summary of the client brief
(ii) how you worked with the client to develop the approach
(iii)how you selected appropriate subject matter experts
(iv) description of the delivered output (e.g. contents of designed programme or number, format, and duration of events, number of delegates at each event)
(v)how you evaluated success against objectives
(vi)feedback from delegates/client
Your examples should include both design and delivery (although not necessarily in the same example) and should include at least 2 different formats of delivery (i.e. training course, e-learning or tabletop/simulation exercise)
4C6
Membership of at least one of the following professional bodies is required:
- Business Continuity Institute
- Institute of Risk Management
- Institute of Operational Risk
- Chartered Institute of Management
- International Institute for Risk and Safety Management
- Chartered Institute of Personnel and Development
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
In order to ensure the highest standards of service quality in this contract the SPCB requires the contractor to take a positive approach to fair work practices. Full details of all performance conditions are set out in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 022-190071
four.2.2) Time limit for receipt of tenders or requests to participate
Date
5 December 2022
Local time
2:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
9 January 2023
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: 12 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Please note there are minimum requirements at tender stage concerning:
1. Cyber Security - Tenderers will be required to complete an online Supplier Assurance Questionnaire using the Cyber Security Procurement Support Tool (CSPST). A link to CSPST can be found here:
https://cyberassessment.gov.scot/
The questionnaire will be aligned to a Cyber Risk Profile that has been established for the contract, based on the Contracting Authority’s assessment of cyber risk.
Further details will be set out in the procurement documents. A contract condition for this procurement requires the Tenderer to comply with the minimum cyber security requirements.
2. Prompt Payment in the Supply Chain - Tenderers must confirm their acceptance of obligations relating to prompt payment within the supply chain.
3. Approach to Key Personnel/Subcontactors - Tenderers must achieve a score or 2 or above in relation to their approach to identifying Key Personnel and/or subcontractors. Full details and scoring matrix will be provided in the tender documents.
The tender stage for this procurement will be conducted through PCS-Tender.
If the bidder relies on the capacities of other entities in order to meet the selection criteria, completed SPDs must be provided for these other entities. Please review the guidance available in the Suppliers Area of the Public Contracts Scotland website for how to download a copy of the SPD.
In relation to 4C.1.2 of the SPD, this question is split into 6 sections with individual subweighting as follows:
(i) Summary of the client brief, 10%, (ii) How you worked with the client to develop the approach, 20%, (iii) How you selected appropriate subject matter experts,15%, (iv) Description of the delivered output (e.g. contents of designed programme or number, format, and duration of events, number of delegates at each event), 20%, (v) How you evaluated success against objectives, 20%, (vi) Feedback from delegates/client, 15%.
In relation to question 4C6 of the SPD, this will be evaluated on a pass/fail basis.
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=704547.
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.
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:
Tenderers will be asked to propose relevant and proportionate community benefits. Full details provided in the tender documentation.
(SC Ref:704547)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=704547
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom