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

Social Research and Analysis Framework

  • First published: 18 May 2024
  • Last modified: 18 May 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-03ae9d
Published by:
Scottish Government
Authority ID:
AA26920
Publication date:
18 May 2024
Deadline date:
08 July 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
79419000 Evaluation consultancy services Business and management consultancy services
73110000 Research services Research and experimental development services
79315000 Social research services Market research services
79311300 Survey analysis services Survey services

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:
monika.somerville@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.