Social and other specific services – public contracts
Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Skills Development Scotland Co. Ltd
Monteith House, First Floor, 11 George Square
Glasgow
G2 1DY
UK
Telephone: +44 1412256710
E-mail: katie.buchanan@sds.co.uk
NUTS: UKM
Internet address(es)
Main address: www.skillsdevelopmentscotland.co.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12862
I.1) Name and addresses
Welsh Government
Cathays Park
Cardiff
CF10 3NQ
UK
E-mail: customerhelp@gov.wales
NUTS: UKL
Internet address(es)
Main address: https://gov.wales/?lang=en
I.1) Name and addresses
The Northern Ireland Executive
Stormont Castle, Stormont Estate
Belfast
BT4 3TT
UK
E-mail: eis.webmaster@executiveoffice-ni.gov.uk
NUTS: UKN
Internet address(es)
Main address: https://www.northernireland.gov.uk/
I.1) Name and addresses
The Scottish Government
5, Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
UK
E-mail: ceu@gov.scot
NUTS: UKM
Internet address(es)
Main address: https://www.gov.scot/
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
www.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Other: NDPB
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Standards and Frameworks — Framework
Reference number: P18-100
II.1.2) Main CPV code
80000000
II.1.3) Type of contract
Services
II.1.4) Short description
Skills Development Scotland requires to establish a multi supplier framework to provide development of standards and frameworks. The scope of tendered services covers provision of development and review of:
— National Occupational Standards (NOS) including cleansing of NOS,
— Welsh Translation for NOS where required,
— Scottish Vocational Qualifications(SVQs) or alternative competency-based qualifications (CBQs) for use in apprenticeship frameworks,
— apprenticeship frameworks in Scotland, Wales and Northern Ireland.
The scope of services to be provided under this contract falls within definition of social and other specific services in Schedule 3 to Public Contracts Regulations 2015 ("the regulations") and therefore procurement process shall in accordance with Regulation 74 of the Regulation be subject to the requirement of Section 7 of the Regulations. By virtue of Regulation 76(3) of the regulations, bidders in any of the situations listed in Regulation 58 of the Regulation may be excluded.
II.1.5) Estimated total value
Value excluding VAT:
4 166 667.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
80400000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
SDS is inviting bids for a place on the framework. The framework will be for 2 years from 15.4.2019 to 14.4.2021 with the option of 2x1 year extensions.
The scope of services to be provided under this contract falls within the definition of social and other specific services in Schedule 3 to the Public Contracts (Regulations 2015 ("the Regulations") and therefore the procurement process shall in accordance with Regulation 74 of the Regulation be subject to the requirement of section 7 of the Regulations. By virtue of Regulation 76(3) of the regulations, bidders in any of the situations listed in Regulation 58 of the Regulation may be excluded.
II.2.6) Estimated value
Value excluding VAT:
4 166 667.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.4) Objective rules and criteria for participation
As specified within the ITT documentation and associated framework terms and conditions.
Please see Section VI.6 Additional Information and the Additional Document P18-100 Appendix 5 Additional Information which provides more information on the ESPD criteria (Section B Economic and Financial Standing and Section C Technical and Professional Ability). Section VI.6 Additional Information and Appendix 5 will also give information on financial checks, fair work practices and award criteria.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As specified within the ITT documentation and associated framework terms and conditions.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement
The procurement involves the establishment of a framework agreement
IV.1.11) Main features of the award procedure:
The scope of services to be provided under this contract falls within the definition of social and other specific services in Schedule 3 to the Public Contracts (Regulations 2015 ("the regulations") and therefore the procurement process shall in accordance with Regulation 74 of the Regulation be subject to the requirement of Section 7 of the Regulations. By virtue of Regulation 76(3) of the regulations, bidders in any of the situations listed in Regulation 58 of the Regulation may be excluded.
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2017/S 096-189194
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
20/02/2019
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.2) Information about electronic workflows
Electronic payment will be used
VI.3) Additional information
Section B Economic and Financial Standing
4B.5
It is a requirement of this framework that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded framework, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 5 000 000 GBP
Public/Product Liability Insurance = 2 000 000 GBP
4B.6 SDS shall carry out an assessment of your organisation’s economic and financial standing.
The checks undertaken shall provide SDS with information on your organisation’s risk rating and financial health.
The financial health of your organisation will be assessed in terms of the following elements:
— profitability (net profit margin)
— solvency (current ratio)
— gearing (debt ratio)
For each of the three performance indicators a score of zero to 25 will be awarded, based on performance. A further score of zero to 25 will be awarded for consistency of performance in the above measures.
The resultant total score, out of 100, will be graded as follows:
— outstanding: 80 – 100
— good: 55 – 79
— satisfactory: 30 – 54
— weak: 0 – 29
If your organisation’s score is graded as “weak” it shall be at SDS’ discretion whether we deem the risk to be unacceptable and therefore may exclude your organisation from further involvement in the procurement process.
The information required to assess financial health shall be taken from the latest available financial statements held within the credit rating system or within other publicly available resources, e.g. Companies House. Where no information can be found, or the information is incomplete — for example if only abbreviated accounts have been filed at Companies House — SDS reserves the right to request further information from the bidder.
If your organisation is not a Limited Company, or does not have accounts listed on public register, please provide the following:
— for organisations who have accounts available online, e.g. an Association with financial accounts available on their website, please supply a web address where these can be found,
— for organisations who are not required to submit accounts to Companies House. Please submit your most recent financial accounts, including a profit and loss account and balance sheet for the end of period, and relevant notes to the accounts,
— for organisations who, due to their legal form, are not required to produce statutory financial statements, please submit accounts in the format used for producing annual accounts containing the same minimum elements above,
— for newer organisations who have been trading less than a year, or do not yet have a full years’ trading accounts, please submit your management accounts to date, showing actual activity, along with forecast figures for the remaining period. The combined information must cover a period no less than one year, with the management accounts comprising at least six months of actual trading activity. As a minimum, these must consist of a profit and loss account covering a 12-month period, an end of period forecast balance sheet, a 12-month rolling cash flow statement and
Detailed narrative with supporting assumptions made for both management accounts and forecast information.
If your organisation has not been actively trading for at least six months, then it is ineligible to be part of the Procurement process.
Section C Technical and Professional Ability
4C 1.2
Bidders will be required to provide 2 examples within the last 3 years that demonstrate that they have the relevant experience to deliver the services as described in the relevant section of the Site Notice to meet the requirements. As more in-depth information is required in the responses to question 4.C.1.2, this specific question, will be scored out of “4”. Bidders will be required to be allocated a score of at least “2”, an “Acceptable” score to achieve a pass for these specific questions.
Please see Appendix 5 Additional Information document for more information
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=570032
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://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.
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
Sub-contracting is not specified but bidders will be able to bid in with any sub-contractors that they wish to use
The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:
This is a Framework Agreement therefore there is no guarantee of spend under it. If there is to be spend, these will all be small volumes of work where community benefits are not relevant
(SC Ref:570032)
VI.4) Procedures for review
VI.4.1) Review body
The Skills Development Scotland Co. Ltd
Monteith House, First Floor, 11 George Square
Glasgow
G2 1DY
UK
Telephone: +44 1412256710
Internet address(es)
URL: www.skillsdevelopmentscotland.co.uk
VI.5) Date of dispatch of this notice
17/01/2019