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

Assessment and Selection Services for Senior Civil Service Roles

  • First published: 10 April 2024
  • Last modified: 10 April 2024

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:
ocds-h6vhtk-043999
Published by:
Scottish Government
Authority ID:
AA26920
Publication date:
10 April 2024
Deadline date:
14 May 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Scottish Government requires to appoint a supplier of Psychometric assessment services to be used in relation to external and internal recruitment at all levels of the Senior Civil Service (SCS), ie primarily Deputy Director, Director and Director General Level. The successful tenderer will provide the service to the Senior Resourcing & Staffing Team in the Scottish Government.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Scottish Government

4 Atlantic Quay, 70 York St

Glasgow

G2 8EA

UK

Contact person: Laura Vivian

Telephone: +44 07467338120

E-mail: laura.vivian@gov.scot

NUTS: UKM

Internet address(es)

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

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482

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:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Assessment and Selection Services for Senior Civil Service Roles

Reference number: CASE/690456

II.1.2) Main CPV code

79000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Scottish Government requires to appoint a supplier of Psychometric assessment services to be used in relation to external and internal recruitment at all levels of the Senior Civil Service (SCS), ie primarily Deputy Director, Director and Director General Level. The successful tenderer will provide the service to the Senior Resourcing & Staffing Team in the Scottish Government.

II.1.5) Estimated total value

Value excluding VAT: 600 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

79600000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

The Scottish Government requires to appoint a supplier of Psychometric assessment services to be used in relation to external and internal recruitment at all levels of the Senior Civil Service (SCS), ie primarily Deputy Director, Director and Director General Level. The successful tenderer will deliver a report for psychometric assessment services in relation to SCS recruitment and promotion at all levels that is compliant and incorporates the Scottish Government SCS Leadership Framework Criteria and the specific criteria for the post at SCS level.

The Supplier must be able to provide national coverage, with consistent levels of service for varied requirements as required by the Scottish Government and will work with them to ensure that best value for money is obtained in terms of delivery of the assessment centres.

Consultants working on this project must be fully qualified Chartered Occupational Psychologists, members of the British Psychological Society (BPS), and registered with the Health and Care Professions Council (HCPC).

II.2.5) Award criteria

Criteria below:

Quality criterion: Service Delivery And Approach / Weighting: 40

Quality criterion: Staffing, Skills And Resources / Weighting: 20

Quality criterion: Quality Management / Weighting: 15

Quality criterion: Cyber Security / Weighting: 5

Quality criterion: Climate Emergency / Weighting: 5

Quality criterion: Community Benefits / Weighting: 5

Quality criterion: Fair Work First / Weighting: 5

Quality criterion: Business Continuity And Disaster Recovery (BCDR) / Weighting: 5

Price / Weighting:  30

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Initial duration will be 24 months with an option to extend the contract for an additional 12 months.

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

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:

Consultants must be Chartered Occupational Psychologists, members of the British Psychological Society (BPS) and registered with the Health and Care Professions Council (HCPC).

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Minimum level(s) of standards required:

Bidders must demonstrate a Current Ratio of no less than 1.0. 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.

Bidders who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent

company satisfies the financial requirements stipulated above.

It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded

contract, the types of insurance indicated below.

Employer's (Compulsory) Liability Insurance = 5 000 000 GBP.

Public Liability Insurance = 1 000 000 GBP.

Professional Indemnity Insurance = 1 000 000 GBP.


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-004738

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

Date: 14/05/2024

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: 14/05/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Question Scoring Methodology for Award Criteria outlined in Invitation to Tender.

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.

Tenderers are also asked to confirm that they will pay staff that are involved in the delivery of services under the contract, at least the real Living Wage.

Bidders must complete the SPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement.

If there are named subcontractors/technicians upon which the bidder will rely to meet the selection criteria, these named parties must

complete and reattach the SPD Supplier Response Form attached to SPD.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26144 and the ITT code is 53795. For more information

see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see:

https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

The tenderer must provide a Community Benefits proposal that is relevant to the subject matter of this contract and supports the Scottish Ministers’ commitment to contributing to the social, economic & environmental well-being of the people of Scotland, as described in the specification.

targeted employment support, recruitment and work-related training for priority groups within the community (for example long-term

unemployed and young people) as part of your proposed workforce for this project;

support for existing Charity and Third Sector Organisations that deliver benefits to the communities

Use of SMEs or supported businesses as part of your supply chain

up-skilling the existing workforce;

equality and diversity initiatives;

educational support initiatives.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26144. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:758645)

VI.4) Procedures for review

VI.4.1) Review body

Edinburgh Sheriff Court and Justice of the Peace Court

27 Chambers Street

Edinburgh

EH1 1LB

UK

VI.5) Date of dispatch of this notice

09/04/2024

Coding

Commodity categories

ID Title Parent category
79000000 Business services: law, marketing, consulting, recruitment, printing and security Other Services
79600000 Recruitment 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.vivian@gov.scot
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.