Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Provision of Sheriff Officer/Messengers-At-Arms Services Framework

  • First published: 08 October 2019
  • Last modified: 08 October 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Accountant in Bankruptcy
Authority ID:
AA52671
Publication date:
08 October 2019
Deadline date:
05 November 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Accountant in Bankruptcy intend to award a Framework Agreement for the Provision of Sheriff Officer/Messenger-At-Arms services. The scope of this framework is intended to cover all services listed within the Scottish Statutory Instrument Act of Sederunt (Fees of Messengers-at-Arms, Sheriff Officers and Shorthand Writers) and provision of tracing services.

This Framework will be available to AIB, Student Awards Agency Scotland (SAAS), Social Security Scotland and Revenue Scotland. Further details on each of the Public Bodies and the requirement is contained within the attached ITT.

Detailed Award Criteria is contained in the ITT Documentation.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Accountant in Bankruptcy

1 Pennyburn Road

Kilwinning

KA13 6SA

UK

Telephone: +44 3002002600

E-mail: laura.robertson@aib.gov.uk

Fax: +44 3002002601

NUTS: UKM93

Internet address(es)

Main address: http://www.aib.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00233

I.2) Joint procurement

The contract is awarded by a central purchasing body

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

Body governed by public law

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Provision of Sheriff Officer/Messengers-At-Arms Services Framework

Reference number: AiB 2019/5

II.1.2) Main CPV code

79100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Accountant in Bankruptcy intend to award a Framework Agreement for the Provision of Sheriff Officer/Messenger-At-Arms services. The scope of this framework is intended to cover all services listed within the Scottish Statutory Instrument Act of Sederunt (Fees of Messengers-at-Arms, Sheriff Officers and Shorthand Writers) and provision of tracing services.

Full details of the requirement are detailed within the attached Invitation to Tender (ITT).

II.1.5) Estimated total value

Value excluding VAT: 1 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

75231100

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Scotland

II.2.4) Description of the procurement

Accountant in Bankruptcy intend to award a Framework Agreement for the Provision of Sheriff Officer/Messenger-At-Arms services. The scope of this framework is intended to cover all services listed within the Scottish Statutory Instrument Act of Sederunt (Fees of Messengers-at-Arms, Sheriff Officers and Shorthand Writers) and provision of tracing services.

This Framework will be available to AIB, Student Awards Agency Scotland (SAAS), Social Security Scotland and Revenue Scotland. Further details on each of the Public Bodies and the requirement is contained within the attached ITT.

Detailed Award Criteria is contained in the ITT Documentation.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 90

Price / Weighting:  10

II.2.6) Estimated value

Value excluding VAT: 1 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) 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.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

This section refers to Section A of Part 4 of the ESPD (Scotland) and covers Question 4A.2:

Tenderers must be members of the Society of Messengers at Arms and Sheriff Officers (SMASO).

III.1.2) Economic and financial standing

List and brief description of selection criteria:

This Section refers to Section B of Part 4 of the ESPD (Scotland) and covers Questions 4B.5.1, 4B.5.2, 4B.5.3 and 4B.6.


Minimum level(s) of standards required:

It is a requirement of the Framework that Tenderers hold or can commit to obtain prior to the commencement of the Framework the types and minimum level of insurance indicated below:

Q 4B.5.1a Professional Indemnity - 1 million GBP for each and every claim

Q 4B.5.1b Employers Compulsory Liability Insurance - 5 million GBP for each and every claim

Q 4B.5.2 Public Liability Insurance - 5 million GBP for each and every claim

Q 4B.5.2 Motor Vehicle 3rd Party Insurance cover

Q 4B.6 A search of the Tenderer against Experian must return a Delphi Score of 50 or higher. If a score lower than 50 is returned then the bid may be set aside and take no further part in the competition, unless the Tenderer can provide further relevant information which Accountant in Bankruptcy considers appropriate to demonstrate that the Tenderer does not/would not represent an unmanageable risk should it be appointed to the Framework.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

This Section refers to Section C of Part 4 of the ESPD (Scotland) and covers Question 4C.1.2.


Minimum level(s) of standards required:

The Tenderer is required to provide relevant examples to demonstrate that they have held contracts of a similar nature to those described in the Contract Notice and Invitation to Tender, including any examples of Public Sector experience within the last 3 years. A maximum of 3 examples should be provided.

The response to Q4C1.2 shall be scored as per the 'Evaluation Criteria for Selection Stage' detailed at the 'Additional Information' section. Should the response to Q4C1.2 be marked below ‘2 – Acceptable’ then the bid may be set aside and may take no further part in the competition.

III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

Reference to the relevant law, regulation or administrative provision:

Tenderers must be members of the Society of Messengers at Arms and Sheriff Officers (SMASO) with Commissions to operate throughout the Sheriffdoms of Scotland.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with a single operator.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 05/11/2019

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 05/11/2019

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Within 4 years.

VI.2) Information about electronic workflows

Electronic payment will be used

VI.3) Additional information

The Tenderer response to ESPD Part C Technical and Professional Ability Question 4C.1.2 will be evaluated in accordance with the following scoring methodology. If the response is marked below '2 - Acceptable' the bid may be set aside and may take no further part in the competition:

0 Unacceptable - Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.

1 Poor - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/capacity/capability.

2 Acceptable - Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature.

3 Good - Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.

4 Excellent - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.

The ITT Award Criteria is fully detailed within the ITT 'Award Criteria Tender Response Form'. All scored questions will be evaluated in accordance with the following scoring methodology:

0 Unacceptable - Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.

1 Poor - Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.

2 Acceptable - Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.

3 Good - Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.

4 Excellent - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.

A scored question on Community Benefits was not considered to be relative and/or proportionate for this requirement, however the 'Award Criteria Tender Response Form' contained within the ITT does include a non-scoring Sustainability/Community Benefits question. A scored question on Fair Work Practices has been included within the 'Award Criteria Tender Response Form' and non-scoring questions have been included on Living Wage and the Scottish Business Pledge.

Consideration has been given to whether it is appropriate to divide this Framework into lots however, for this requirement it has been determined that lotting would not be suitable as:

a) It would make the execution of the Framework excessively technically difficult.

b) The need to co-ordinate the different Contractors for the lots could risk undermining the proper execution of the Framework.

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=598582.

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.

(SC Ref:598582)

VI.4) Procedures for review

VI.4.1) Review body

Accountant in Bankruptcy

1 Pennyburn Road

Kilwinning

KA13 6SA

UK

Telephone: +44 3002002600

Fax: +44 3002002601

Internet address(es)

URL: http://www.aib.gov.uk

VI.5) Date of dispatch of this notice

04/10/2019

Coding

Commodity categories

ID Title Parent category
75231100 Law-courts-related administrative services Judicial services
79100000 Legal services Business services: law, marketing, consulting, recruitment, printing and security

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
laura.robertson@aib.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.