Temporary Staff Services Tender
Framework for Temporary Administrative, Catering and Manual Staff Services – North (Scottish Government).
United Kingdom-Edinburgh: Supply services of personnel including temporary staff
2018/S 146-334660
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Victoria Quay, Leith
Edinburgh
EH6 6QQ
United Kingdom
Contact person: David Bilton
Telephone: +44 1312443627
E-mail: david.bilton@gov.scot
NUTS code: UKM
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Framework for Temporary Administrative, Catering and Manual Staff Services — North
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
This Framework Agreement is for the provision of Temporary administrative, Catering and manual staff services in the North of Scotland. The Framework Agreement will be for a maximum period of 48 months. Contractors must be capable of supplying suitably qualified temporary workers covering a diverse range of skill sets that have been through the relevant disclosure/security processes. Temporary workers should be suitably trained and experienced to perform the duties required of them and must be eligible to work in the United Kingdom.
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 – North
II.2.4)Description of the procurement:
This Framework Agreement is for the provision of Temporary administrative, Catering and manual staff services in the North of Scotland. The Framework Agreement will be for a maximum period of 48 months. Contractors must be capable of supplying suitably qualified temporary workers covering a diverse range of skill sets that have been through the relevant disclosure/security processes. Temporary workers should be suitably trained and experienced to perform the duties required of them and must be eligible to work in the United Kingdom. The contractor must be able to provide coverage in the North of Scotland, with consistent levels of service for varied assignment types and terms as required by the Framework public bodies, on a cost effective and best value basis. Contractors will be able to provide temporary workers to meet requirements at the Framework public bodies’ premises as and when required. Contractors must provide comprehensive management information throughout the duration of the Framework Agreement and any Call-Off Contract awarded under the Framework, to all participating Framework public bodies.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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
Bidders must demonstrate a Current Ratio of 0.9 or greater. See question 4B.4 of the ESPD.
Current Ratio will be calculated as follows: net current assets divided by net current liabilities.
There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.
In the event that the bidder does not meet the financial criteria for consideration but has a parent company that does, the tenderer may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee.
It is a requirement of this Framework that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s liability insurance in accordance with any legal obligation for the time being in force.
Public Liability Insurance = [1 000 000]GBP. See question 4B.5.2 of the ESPD.
Professional Indemnity Insurance = [1 000 000]GBP. See question 4B.5.2 of the ESPD.
Bidders must provide a separate ESPD response from entities upon whose capability / capacity they rely on in order to meet any selection criteria including Economic and financial standing.
III.1.3)Technical and professional ability
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion 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.2.1)Previous publication concerning this procedure
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
Within 4 years
VI.2)Information about electronic workflows
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.
Award Criteria questions can be found in the ITT together with the weightings.
Technical envelope — Tenderers who provide a ‘NO’ answer to Q 2.1.2 or fail to achieve a moderated average score of ‘2’ or more against questions 2.3.1, 2.3.3, 2.4.1, 2.4.2 and 2.6.1 will result in their tender not being considered further and will not be included in the price/quality ratio calculation.
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.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 11447. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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:
The contractor will be required, where practical, to:
— consider relevant opportunities for community benefits,
— consider opportunities for the involvement of SMEs and/or third sector organisations in delivery of this Framework,
— provide assurance regarding workforce matters.
This may include schemes such as:
— providing training opportunities and support to achieve qualifications,
— supporting local communities e.g. sponsorship of local clubs etc.,
— using social enterprises to support delivery of services.
(SC Ref: 551090)
VI.4.1)Review body
Victoria Quay, Leith
Edinburgh
EH6 6QQ
United Kingdom
Telephone: +44 1312443627Internet address: http://www.scotland.gov.uk
VI.4.3)Review procedure
An economic operator that suffers or risks suffering loss or damage attributable to a breach of duty under Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court of Session.
VI.5)Date of dispatch of this notice: