Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Scottish Government
Victoria Quay, The Shore
Edinburgh
EH6 6QQ
UK
Contact person: Monika Somerville
Telephone: +44 1312447556
E-mail: monika.somerville@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.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
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:
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
Social Research and Analysis Framework
Reference number: CASE/605656
II.1.2) Main CPV code
73110000
II.1.3) Type of contract
Services
II.1.4) Short description
The Framework Agreement shall cover the provision of Social Research and Analysis across the Core Scottish Government departments. It shall comprise a multi lot/multi supplier agreement with 3 lots: Lot 1 Consultation Analysis, Lot 2 Evaluations, and Lot 3 Research.
II.1.5) Estimated total value
Value excluding VAT:
15 700 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Consultation Analysis
II.2.2) Additional CPV code(s)
79311300
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
The Scottish Government runs a large volume of consultations throughout the year - on average, we publish 100 consultations per year. We, thus, have an ongoing requirement for consultation analysis. We wish, therefore, to establish a framework of external suppliers with the experience, skills, and capacity to deliver both quantitative and qualitative analysis of responses to a wide range of government consultations.
Work that is required under this lot:
Includes: Understanding policy background of consultation, receiving, securely storing and classifying consultation responses. Analysis of responses to consultation questions, setting out key issues and nature and level of support for consultation proposals in full report.
Does not include: conducting public consultations or surveys or evaluation of consultation proposals.
II.2.5) Award criteria
Criteria below:
Quality criterion: Framework Management
/ Weighting: 35%
Quality criterion: Delivery of Services- Call-Off Contracts
/ Weighting: 45%
Quality criterion: Cyber Security
/ Weighting: 10%
Quality criterion: Fair Work First
/ Weighting: 5%
Quality criterion: Community Benefits
/ Weighting: 5%
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
2 100 000.00
GBP
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:
2 x 1 year optional extensions
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
Lot No: 2
II.2.1) Title
Evaluations
II.2.2) Additional CPV code(s)
79419000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
The Scottish Government commissions a wide range of evaluation research to support delivering better outcomes for the people of Scotland by understanding which policies and / or programmes work best and why, and how to learn and improve from the implementation and delivery of policies and programmes. Robust monitoring and evaluation ensures that policies benefit the people who they are designed to help. It also provides evidence for the public to better understand the decisions and activities of the Scottish Government, their impact and their value for money.
Work that is required under this lot:
Includes: Process evaluations. Small-scale evaluations (project value limit 65K GBP) including evaluability and impact assessments, logic modelling and theory of change. Economic evaluations. Statutory monitoring work, performance monitoring and reviews of legislative requirements.
Does not include: Experimental / quasi-experimental impact evaluation, horizon scanning, meta-analysis, feasibility studies
II.2.5) Award criteria
Criteria below:
Quality criterion: Framework Management
/ Weighting: 35%
Quality criterion: Delivery of Services- Call-Off Contracts
/ Weighting: 45%
Quality criterion: Cyber Security
/ Weighting: 10%
Quality criterion: Fair Work First
/ Weighting: 5%
Quality criterion: Community Benefits
/ Weighting: 5%
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
5 500 000.00
GBP
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:
2 x 1 year optional extensions
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
Lot No: 3
II.2.1) Title
Social Research
II.2.2) Additional CPV code(s)
79315000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
Work that is required under this lot:
Includes: Primary research (collecting data from people): quantitative, qualitative and mixed methods data collection/fieldwork online; by telephone; face to face. Representative surveys and focus groups. Questions in Omnibus surveys if offered by suppliers. In depth, observational interviews. Public engagement and public panels. Case studies, co-creation, ethnography, narrative analysis, focus groups, lived experience research, deliberative methods. Secondary research (analysis of pre-existing data) qualitative, quantitative and mixed methods data analysis and literature reviews, evidence reviews, systematic reviews, rapid evidence reviews. Data linkage.
Does not include: impact assessment, evaluation, consultation analysis, econometric or financial analysis, modelling.
II.2.5) Award criteria
Criteria below:
Quality criterion: Framework Management
/ Weighting: 35%
Quality criterion: Delivery of Services- Call-Off Contracts
/ Weighting: 45%
Quality criterion: Cyber Security
/ Weighting: 10%
Quality criterion: Fair Work First
/ Weighting: 5%
Quality criterion: Community Benefits
/ Weighting: 5%
Price
/ Weighting:
30%
II.2.6) Estimated value
Value excluding VAT:
8 100 000.00
GBP
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:
2 x 1 year optional extensions
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.1.2) Economic and financial standing
List and brief description of selection criteria:
The Contractor must effect and maintain with a reputable insurance company:
public liability insurance in the sum of not less than 5 million GBP.
professional indemnity insurance in the sum of not less than 1 million GBP; and
employer’s liability insurance in accordance with any legal obligation for the time being in force.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
List and brief description of selection criteria:
SPD 4C.4 -
Bidders must provide a statement of the relevant supply chain management and/or tracking systems used.
SPD 4C.7 -
Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As stated in the procurement documents
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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 several operators.
Envisaged maximum number of participants to the framework agreement: 19
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:
2023/S 000-006546
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
08/07/2024
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:
08/07/2024
Local time: 12:30
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
Virtual Bidder Event will take place via Microsoft Teams on 4th June 2024 11-12.30pm. Additional information in PCS-T 'Bidder Event' Document. To sign up please email monika.somerville@gov.scot
Collaborative bids and use of sub-contracting will be accepted. In respect of tenders which include consortia or sub-contractors, it is the lead organisation who completes the tender.
Tenderers who fail to answer “Yes” against questions B & C and/or Tenderers who fail to achieve a technical score of 2 in questions indicated in procurement documents as 'M' will result in tender not being considered any further.
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.
Moderated average score will be given.
Bidders must complete the SPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement.
If there are named subcontractors, these named parties must complete the SPD Supplier Response Form attached to SPD questions 2A.17(if participating in procurement with others) and 2C.1.1 (when relying on capacity of other entities) and 2D.1.2 (when using subcontractors) on PCS-T. If parties have not yet been identified, this information may be required at a later date. Scottish Government reserves the right to request this information from relevant parties.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25249. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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:
Bidders will be asked to propose Community Benefits. Further information is included in the procurement documents.
(SC Ref:726847)
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sheriff Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
UK
VI.5) Date of dispatch of this notice
17/05/2024