Procurement Consultancy Services – FASNA Procurement Partnership
Contract for the appointment of a procurement partner who will act as agent on behalf of a FASNA wholly owned subsidiary company (a central purchasing body for schools).
United Kingdom-Nottingham: Procurement consultancy services
2013/S 179-309113
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
FASNA (Freedom and Autonomy for Schools – National Association)
George Spencer Academy, Arthur Mee Road, Stapleford
For the attention of: David Wilson
NG9 7EW Nottingham
UNITED KINGDOM
Telephone: +44 1159170142
E-mail: procurement@fasna.org.uk
Internet address(es):
General address of the contracting authority: http://www.fasna.org.uk
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA28409
Further information can be obtained from: FASNA (Freedom and Autonomy for Schools – National Association)
George Spencer Academy, Arthur Mee Road, Nottingham
For the attention of: David Wilson
NG9 7EW Stapleford
UNITED KINGDOM
Telephone: +44 1159170142
E-mail: procurement@fasna.org.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: FASNA (Freedom and Autonomy for Schools – National Association)
George Spencer Academy, Arthur Mee Road, Nottingham
For the attention of: David Wilson
NG9 7EW Stapleford
UNITED KINGDOM
Telephone: +44 1159170142
E-mail: procurement@fasna.org.uk
Tenders or requests to participate must be sent to: FASNA (Freedom and Autonomy for Schools – National Association)
George Spencer Academy, Arthur Mee Road, Nottingham
For the attention of: David Wilson
NG9 7EW Stapleford
UNITED KINGDOM
Telephone: +44 1159170142
E-mail: procurement@fasna.org.uk
Section II: Object of the contract
Service category No 11: Management consulting services [6] and related services
Main site or location of works, place of delivery or of performance: UK or other.
NUTS code UKF16
Duration of the framework agreement
Duration in years: 3
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 3 000 000 and 15 000 000 GBP
Contract for the appointment of a procurement partner who will act as agent on behalf of a FASNA wholly owned subsidiary company (a central purchasing body for schools). The procurement partner will be responsible for, inter alia, setting up, running and managing Frameworks for works, services and goods which are specifically tailored to school’s specific needs. The procurement partner will be responsible for the management of the FASNA subsidiary/supplier/end customer relationships and shall provide appropriate procurement guidance and support to schools who use the service.
Information about FASNA
FASNA is a national membership organisation for self-governing primary, secondary, special schools and academies (registered charity number 1107640, company number 05303883).
FASNA’s primary purpose is to advance education in schools in England and Wales. It does so by promoting autonomy for schools to enable schools to raise standards for students. Further information about FASNA can be found at: http://www.fasna.org.uk/
Through its growing membership and increasing national presence in the sector, FASNA has an opportunity to reach out to schools across the country. There is an opportunity for FASNA to further its primary charitable purpose by moving to a leading position in the emerging schools procurement landscape by further developing FASNA’s name and membership by becoming a national Framework provider for schools to call-off goods and services (“FASNA Procurement Partnership”). A newly formed wholly owned subsidiary of FASNA will be established to operate the ‘FASNA Procurement Partnership’.
The ‘FASNA Procurement Partnership’ will offer a bespoke and niche service to schools which will effectively allow schools to tap into direct procurement networks, support and advice, ‘best value’ contracts, spend assessments and procurement training. Through the ‘FASNA Procurement Partnership’, schools will have access to national and regional frameworks which will be set up specifically for schools, tailored to their specific needs, endorsed by others and which are legally compliant with the Public Procurement Regulations and the EU Procurement Directives.
Further detail about the Contract
The FASNA subsidiary is looking to appoint a procurement agent to improve and simplify the way services, works and goods are tendered and delivered to schools. The procurement partner will act as agent on behalf of the FASNA subsidiary, (a central purchasing body for schools), and will be responsible for the provision of procurement services to the FASNA subsidiary including, but not limited, to the following:
— Operational- setting up, running and managing Frameworks which are to be set up by the procurement agent specifically for schools and tailored to their specific needs, including management of the FASNA subsidiary/supplier/end customer relationships and providing appropriate procurement training and support to schools who use the service. The procurement agent will also be responsible for marketing the ‘FASNA Procurement Partnership ‘;
— On-going Compliance- ensuring all arrangements entered into by the FASNA subsidiary are compliant with the Public Contract Regulations 2006 and the EU Procurement Directives;
— Reporting- reporting back to FASNA on a regular basis on all aspects of the ‘FASNA Procurement Partnership’ and ensuring the needs of the schools using the ‘FASNA Procurement Partnership’ services are met.
Additional Requirements
— The procurement agent will be required to provide an appropriate web based ordering system (at its own cost), and will be solely responsible for the software set up and its on-going maintenance. Any bespoke or customised software, branding, marketing materials, data, website content will vest in FASNA.
— FASNA seeks a financial sharing arrangement with the procurement agent though the ‘FASNA Procurement Partnership’. The income generated through the ‘FASNA Procurement Partnership’ will be invested into facilitating better procurement in schools and to further FASNA’s charitable objects.
— It is anticipated that the framework contract will commence during the spring of 2014.
— Focus will be on developing, marketing and rolling out the ‘FASNA Procurement Partnership’ to all schools. It is anticipated that members and non-members may utilise the ‘FASNA Procurement Partnership’ but there will be additional benefits to FASNA members.
— The anticipated spend over the next 3 years through a new Framework will be between 3 000 000 GBP to 15 000 000 GBP.
— The annual spend for schools is neither constant nor easily predictable as it depends on individual school priorities and their need to maintain a contingency or reserve funds for large, significant projects. The range therefore reflects this.
Note: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=108578.
79418000, 80000000, 80100000, 80200000, 72212490
Range between 3 000 000 GBP and 15 000 000 GBP over the contract term.
Estimated value excluding VAT:
Range: between 3 000 000 and 15 000 000 GBP
Section III: Legal, economic, financial and technical information
Description of particular conditions: The applicable terms will be set out in the contract documents that accompany the ITT.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(2) All candidates will be required to provide a statement, covering up to 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(3) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
A statement of the candidates overall turnover and, where appropriate, subject to condition 2 above, of turnover in the area covered by the contract for a maximum of the last three financial years (if available), depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
(1) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(2) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided.
(3) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures.
(4) A statement of the candidate’s technical facilities; measures for ensuring quality; and their study and research facilities.
(5) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(6) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
(7) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
(8) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
A statement of the candidates principal goods and services, where appropriate, subject to condition 2 above, of goods and services in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information is available.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Evidence of economic and financial standing and technical competence will be required as defined in pre-qualification questionnaire (PQQ).
There will be some pass/fail criteria contained within the PQQ. Candidates who do not demonstrate compliance with any of the pass/fail criteria may be excluded from the procurement exercise. Based on weighted criteria which will be contained in the PQQ, the Contracting Authority will select a maximum of 5 Potential Providers who will be taken through to the ITT stage.
Notice on a buyer profile
Notice number in the OJEU: 2013/S 130-224732 of 6.7.2013
Section VI: Complementary information
The Contracting Authority anticipates that the Transfer of Undertakings (Protection of Employment) Regulations 2006 will not apply to the contract.
Section III.1.2 – Essential to the success of the project will be ensuring that the proposals made display appropriate transfer of risk, affordability and value for money. Payments will be made on the basis of agreed quality and performance targets.
Section IV.3.3 The pre- qualification questionnaire (PQQ) & memorandum of information (MOI) will be available via e-mail, from procurement@fasna.org.uk. The contracting authority will indicate the indicative key milestone dates for each of the procurement stages which will be contained in the memorandum of information (MOI). Applicants are asked to complete a pre-qualification questionnaire (PQQ) and return it via e-mail by noon 14-10-13. Note that the time limit for receipt of requests for documents will be 07-10-13 (12.00 midday)
(MT Ref:108578)