Gwasanaethau cymdeithasol a gwasanaethau penodol eraill - public contracts
Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
The Skills Development Scotland Co. Ltd
Monteith House, First Floor, 11 George Square
Glasgow
G2 1DY
UK
Ffôn: +44 1412256710
E-bost: katie.buchanan@sds.co.uk
NUTS: UKM
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: www.skillsdevelopmentscotland.co.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12862
I.1) Enw a chyfeiriad
Welsh Government
Cathays Park
Cardiff
CF10 3NQ
UK
E-bost: customerhelp@gov.wales
NUTS: UKL
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://gov.wales/?lang=en
I.1) Enw a chyfeiriad
The Northern Ireland Executive
Stormont Castle, Stormont Estate
Belfast
BT4 3TT
UK
E-bost: eis.webmaster@executiveoffice-ni.gov.uk
NUTS: UKN
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.northernireland.gov.uk/
I.1) Enw a chyfeiriad
The Scottish Government
5, Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
UK
E-bost: ceu@gov.scot
NUTS: UKM
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.gov.scot/
I.2) Caffael ar y cyd
Mae a wnelo’r contract â chaffael ar y cyd
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
www.publiccontractsscotland.gov.uk
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
www.publiccontractsscotland.gov.uk
Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:
www.publiccontractsscotland.gov.uk
I.4) Y math o awdurdod contractio
Arall: NDPB
I.5) Prif weithgaredd
Addysg
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Standards and Frameworks — Framework
Cyfeirnod: P18-100
II.1.2) Prif god CPV
80000000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
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) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 4 166 667.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
80400000
II.2.3) Man cyflawni
Cod NUTS:
UKM
II.2.4) Disgrifiad o’r caffaeliad
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) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 4 166 667.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.4) Rheolau a meini prawf gwrthrychol ar gyfer cymryd rhan
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) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
As specified within the ITT documentation and associated framework terms and conditions.
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.3) Gwybodaeth am gytundeb fframwaith
Mae’r caffaeliad yn golygu y caiff cytundeb fframwaith ei sefydlu
IV.1.11) Prif nodweddion y weithdrefn ddyfarnu:
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) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2017/S 096-189194
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
20/02/2019
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
Section VI: Gwybodaeth ategol
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
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) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
The Skills Development Scotland Co. Ltd
Monteith House, First Floor, 11 George Square
Glasgow
G2 1DY
UK
Ffôn: +44 1412256710
Cyfeiriad(au) rhyngrwyd
URL: www.skillsdevelopmentscotland.co.uk
VI.5) Dyddiad anfon yr hysbysiad hwn
17/01/2019