National Job Evaluation for the College Sector in Scotland
The Authority is seeking to appoint a single Contractor for the supply of a National Job Evaluation Scheme and System for the Further Education Sector in Scotland and associated services.
United Kingdom-Stirling: Human resources management consultancy services
2017/S 192-393733
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Unit 27, Stirling Business Centre, Wellgreen
Stirling
FK8 2DZ
United Kingdom
Telephone: +44 1314428930
E-mail: mmclaughlin@apuc-scot.ac.uk
NUTS code: UKM77
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10402
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
National Job Evaluation for the College Sector in Scotland.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Authority is seeking to appoint a single Contractor for the supply of a National Job Evaluation Scheme and System for the Further Education Sector in Scotland and associated services.
The National Job Evaluation scheme for Further Education in Scotland is to be introduced for employees covered by the National Recognition and Procedure Agreement (NRPA) of the National Joint Negotiating Committee (NJNC).
Colleges Scotland intends to Call-Off directly from the Framework Agreement on behalf of all participating institutions.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Scotland.
II.2.4)Description of the procurement:
The Authority is seeking to appoint a single Contractor for the supply of a National Job Evaluation Scheme and System for the Further Education Sector in Scotland and associated services.
The National Job Evaluation scheme for Further Education in Scotland is to be introduced for employees covered by the National Recognition and Procedure Agreement (NRPA) of the National Joint Negotiating Committee (NJNC).
Colleges Scotland intends to Call-Off directly from the Framework Agreement on behalf of all participating institutions.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Authority has the option to extend for an additional 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
Please refer to the ‘Qualification Envelope’ of the ITT within PCS-T to answer the selection criteria.
Please refer to Part IV Selection Criteria: Questions within 4B.5 of the ESPD.
Bidders must confirm they can provide the following supporting evidence prior to award:
Employer’s (Compulsory) Liability Insurance* = 5 000 000 GBP;
Product Liability Insurance = 1 000 000 GBP;
Public Liability Insurance = 1 000 000 GBP.
Professional Liability Insurance = 1 000 000 GBP
Please refer to Part IV Selection Criteria: Questions within 4B.5 of the ESPD.
Please refer to Part IV Selection Criteria: Questions within 4B.6 of the ESPD
The successful bidder will be required to provide 2 years audited accounts, or equivalent prior to awarded to the Framework Agreement.
III.1.3)Technical and professional ability
Section 4C.1.2 of the ESPD requests relevant examples of previous experience of supplier and/or services carried out within the last three years.
For a Pass, Tenderers must be an existing provider of a Job Evaluation Scheme within one Public Contracting Authority and must be able to evidence where this System is in operation through a short case study. If the Tenderer has not provided evidence of having supplied a job evaluation scheme to a Public Contracting Authority in the previous three years, the Tenderer will be disqualified from the competition.
Methodology used to undertake the process
Key project stages
Within the case study, Tenderers should also include a statement and evidence on how their Job Evaluation Scheme is compliant with the Equality Act 2010 in relation to the protected characteristics under the Act. If a statement and evidence is not provided, Tenderers will be disqualified from the competition. Suitable evidence may include the following:
Positive outcome of independent equality impact assessment;
Independent equality audit/review or similar under which the scheme has been assessed;
Descriptive self-declaration indicating how the scheme is compliant under the Act.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)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.
Form of Tender
Please confirm that you will be in a position to complete (prior to award) ‘Appendix A — Form of Tender’ in the Technical Questionnaire in PCS-Tender.
Freedom of Information
Please confirm that you will be in a position to complete (prior to award) ‘Appendix B — Freedom of Information’ (if applicable) in the Technical Questionnaire in PCS-Tender.
This information should only be submitted if applicable at point of award. It is for information only and will not be scored.
Supply Chain Code of Conduct
Please confirm that you will be in a position to complete (at point of award) ‘Appendix D — Supply Chain Code of Conduct’ in the Technical Questionnaire in PCS-Tender.
List of Institutions
Complete list of eligible institutions please refer to Appendix E-List of Institutions.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is Project 9035. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Tenderers may offer community benefits, such as student placements, as part of their response to the question on ‘Added value’, which is contained within the ITT.
(SC Ref:513600).
VI.4.1)Review body
Unit 27, Stirling Business Centre, Wellgreen
Stirling
FK8 2DZ
United Kingdom
Telephone: +44 1314428930Internet address:http://www.apuc-scot.ac.uk
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
APUC Ltd will incorporate a minimum 10 calendar day Standstill Period following electronic notification (minimum of 15 calendar days for any other means of communication) to unsuccessful applicants of the award decision. An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session.
VI.5)Date of dispatch of this notice:
Read More
Management Apprenticeship Provider Contract
Provide Apprenticeship Training to Soldiers of the British Army
Provide Apprenticeship Training Services across England for NHS
Apprenticeship Training Dynamic Purchasing System Nottinghamshire
DfE Register of Apprenticeship Training Providers September 2017