CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
The City of Cardiff Council |
County Hall, Atlantic Wharf |
Cardiff |
CF10 4UW |
UK |
Commissioning and Procurement
Ola Ogunfiditimi |
+44 2920873738 |
Ola.Ogunfiditimi@cardiff.gov.uk |
|
http://www.cardiff.gov.uk/content.asp?parent_directory_id=2865
http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0422
http://ccs.cabinetoffice.gov.uk/i-am-buyer/procurement-pipeline/recruitment-services-dynamic-purchasing-system
http://ccs.cabinetoffice.gov.uk/i-am-supplier/respond-tender
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityexecutive assessment and assessor services for Senior Management (director level) |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract22 |
II.1.2)
|
Main site or location of works, place of delivery or performance
Cardiff
UK |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement
|
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
Background
The Council wishes to engage the services of specialist advisers to assist in the appointment of senior managers within the Council in respect of executive assessment and assesors only.
Desired Outcomes
The Council is seeking a high quality provision of an Executive assessment service for Senior Management Positions. The overall objective is that the Council will receive a seamless and co-ordinated approach from a single service provider.
The desired outcomes are detailed below:
Provision of a cost effective efficient Executive Assessment function which is transparent, robust and equitable.
A seamless integration with the Council’s recruitment process following an initial longlisting and up until final interview.
Adherence to the Councils Equal Opportunity Policy.
The Service Required
The Council will undertake the advertising of any post(s) using its own In-House advertising agency, and will be responsible for the selection and recruitment process. However, it requires specialist advisers to facilitate an Executive assessment centre in the Councils name.
The successful bidder (“the Service Provider”) will be required to develop for the Council to approve an assessment centre which will include psychometric testing, role play and/or group exercises, and an interview process. The preparation work will need to be carried out week commencing 20th April 2015 with the assessment centres taking place week commencing 27th April 2015.
The appointed Provider will be expected to:
A) To develop and agree with the Council the elements to be used for the Assessment Centre.
B) To carry out all administrative work required to run the assessment centre including the invitations to candidates, any preparation work for the day and the running of the day itself.
C) To provide written reports to the Council regarding each candidate for integration into the final interview panels deliberations within 48 hours of the Assessment centre
D) Undertake the process in a confidential manner so as not to alert candidates’ current employer
E) The process must be demonstrably transparent and equitable
F) Note there must be no additional fees payable by the candidate to the service provider if successful in the appointment process.
Please note: The Executive Assessment must reflect the aspirations of the Council in attracting candidates with the appropriate competencies and experience.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=24069.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
79600000 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scope |
|
2500030000 GBP |
II.2.2)
|
Options |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals
|
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
|
III.2.2)
|
Economic and financial capacity
(1) All candidates will be required to provide a reference from their bank.
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(3) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
|
III.2.3)
|
Technical capacity
(1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years
(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(3) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.
(4) Certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
(5) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests.
(6) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided
(7) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;
(8) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities;
(9) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
(10) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate |
|
Objective criteria for choosing the limited number of candidates
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
Other previous publications2014/S 039-065129 25-02-2014 |
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 24-03-2015
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
16-04-2015
12:00 Cardiff
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
Cardiff Council is using the Crown Commercial Services e-sourcing (e-Tendering) tool for this DPS on behalf of Cardiff Council. Consquently formal applications are to be submitted by completing an on-line Questionnaire. Information about the e-sourcing tool/application can be obtained from: http://ccs.cabinetoffice.gov.uk/i-am-supplier/respond-tender
(WA Ref:24069)
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 12-03-2015 |
ANNEX A
Additional Addresses and Contact Points
|
I)
|
Address and contact points from which further information can be obtained
The City of Cardiff Council |
County Hall, Atlantic Wharf |
Cardiff |
CF10 4UW |
UK |
Commissioning and Procurement
Ola Ogunfiditimi |
+44 2920873738 |
Ola.Ogunfiditimi@cardiff.gov.uk |
|
http://www.cardiff.gov.uk/content.asp?parent_directory_id=2865 |
|
II)
|
Address and contact points from which specifications and additional documentation may be obtained
The City of Cardiff Council |
County Hall, Atlantic Wharf |
Cardiff |
CF10 4UW |
UK |
Commissioning and Procurement
Ola Ogunfiditimi |
+44 2920873732 |
Ola.Ogunfiditimi@cardiff.gov.uk |
|
http://www.cardiff.gov.uk/content.asp?parent_directory_id=2865 |
|
III)
|
Address and contact points to which Tenders/Requests to Participate must be sent
The City of Cardiff Council |
County Hall, Atlantic Wharf |
Cardiff |
CF10 4UW |
UK |
Commissioning and Procurement
Ola ogunfiditimi |
+44 2920873738 |
Ola.Ogunfiditimi@cardiff.gov.uk |
|
http://www.cardiff.gov.uk/content.asp?parent_directory_id=2865 |
|