Permanent and Fixed Term Recruitment Services Scotland
Multiple Lots. Lot No: 1 – Executive and Senior Management.
2016/S 141-254672
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Lowden, 24 Wester Shawfair, Midlothian
Dalkeith
EH22 1FD
United Kingdom
Telephone: +44 3452136720
E-mail: procurement@sqa.org.uk
NUTS code: UKM23
Internet address(es):Main address: http://www.sqa.org.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00386
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Permanent and Fixed Term Contracts.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Permanent and Fixed Term Recruitment services.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Executive and Senior Management
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Glasgow or Dalkeith.
II.2.4)Description of the procurement:
Framework Agreement.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Information and Technology including: Digital, IT, IT Programme/Project Management
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Glasgow and Dalkeith.
II.2.4)Description of the procurement:
Framework.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Professional Services including: Comms, Finance, Procurement, HR
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Glasgow and Dalkeith.
II.2.4)Description of the procurement:
Framework.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Public Sector and SQA Specific including: Public Sector, Evaluation and Research, Policy
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Glasgow and Dalkeith.
II.2.4)Description of the procurement:
Framework.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Provide a payroll only service for referred candidates
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Glasgow and Dalkeith.
II.2.4)Description of the procurement:
Framework.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
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.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Where it is required within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.
Bidders must confirm if they hold the particular authorisation or memberships.
III.1.2)Economic and financial standing
Bidders will be required to have an average yearly turnover of a minimum of 600 000 GBP for the last 3 years.
III.1.3)Technical and professional ability
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4) of the OJEU Contract Notice or the relevant section of the Site Notice.
Experience within the lots details. Experience with Public Sector Bodies or equivalent.
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.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
2020.
VI.2)Information about electronic workflows
VI.3)Additional information:
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site athttp://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=445997
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available athttp://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.
(SC Ref: 445997).
VI.4.1)Review body
Lowden, 24 Wester Shawfair, Midlothian
Dalkeith
EH22 1FD
United Kingdom
Telephone: +44 03452136720Internet address:http://www.sqa.org.uk
VI.5)Date of dispatch of this notice:
Related Posts
Executive Recruitment Contract – Head of Business Services
Recruitment Advertising Services Contract for Diamond Light Source
Care and Nursing Staff Recruitment Tender
Aptitude Testing for Crown Commercial Service