Psychometric Tests Contract
2 Lots. Lot No: 1 – Psychometric Testing for Recruitment and Selection.
2017/S 205-422691
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
The Cottage, 5 Greenmount Avenue
Ballymena
BT43 6DA
United Kingdom
E-mail: sourcing.palsballymena@hscni.net
NUTS code: UK
Address of the buyer profile: https://etendersni.gov.uk/epps
I.1)Name and addresses
2 Franklin Street
Belfast
BT2 8DQ
United Kingdom
E-mail: sourcing.palsballymena@hscni.net
NUTS code: UKInternet address(es):Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
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:
Psychometric Tests [1164373].
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Psychometric Tests [1164373].
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Psychometric Testing for Recruitment and Selection
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Psychometric Tests [1164373].
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework Agreement will be awarded for a duration of 24 months with the option of extending for period(s) of up to 24 months. The Contract is subject to renewal dependent on Client requirements.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The value in II.2.6 is the highest value for Lot 1 in the following range 0 GBP to 206 000 GBP which has been calculated on the basis of maximum 24 months with the option of 24 month extension period(s) and contingency for potential additional and increased quantities required during the Framework Agreement Period.
II.2.1)Title:
Psychometric Testing for Leadership Development
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Psychometric Tests [1164373].
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework Agreement will be awarded for a duration of 24 months with the option of extending for period(s) of up to 24 months. The Contract is subject to renewal dependent on Client requirements.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The value in II.2.6 is the highest value for Lot 2 in the following range 0 GBP to 619 000 GBP which has been calculated on the basis of maximum 24 months with the option of 24 month extension period(s) and contingency for potential additional and increased quantities required during the Framework Agreement Period.
Section III: Legal, economic, financial and technical information
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:
In section I.2), it is stated that this procurement is a joint procedure and Contract award is by a Central Purchasing Body. This Contract is not a joint Contract, it is a Central Purchasing Body Contract operated by Business Services Organisation, Procurement and Logistics Service on behalf of the participant listed in I.1). The Contracting Authority will identify the Most Economically Advantageous Tender(s) (MEAT) on the basis of the Price 100 %, once full compliance has been demonstrated with all the elements of the Specification and any other requirements as listed in the Tender Documentation. The evaluation process incorporating Price and Compliance is provided as part of the Tender Evaluation Methodology and Marking Scheme (TEMMS) (SS20b). Tenderers can bid for one or both Lots and one item, more than one item or all items within each Lot. Lot 1 has 5 Items, Tenderers can bid for one, more than one item or all items within Lot 1. Lot 2 has 3 Items, Tenderers can bid for one, more than one item or all items within Lot 2. All tenderers, where sufficient compliant bids are received, will be awarded a place on the Framework Agreement. The Contingency indicated in II.2.14) in each Lot also covers the potential of 3 x further period(s), each of 6 months as detailed in the Tender documents.
VI.4.1)Review body
77 Boucher Crescent
Belfast
BT12 6HU
United Kingdom
VI.4.3)Review procedure
PaLS will incorporate a standstill period at the point information on the award of the Contract is communicated to Tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days provides time for unsuccessful tenderers to challenge the award decision before the Contract is entered into. The Public Contract Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court, England, Wales and Northern Ireland.
VI.5)Date of dispatch of this notice:
Read More
Adult Mental Health Out of Hours Crisis Service in Hertfordshire
Psychological Services Tender Hampshire
Emotional Wellbeing and Mental Health Service Lincolnshire
Supply of Educational Psychologists – Request For Quotation