Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  Zero Waste Scotland Ltd
  Ground Floor, Moray House, Forthside Way
  Stirling
  FK8 1QZ
  UK
  
            Telephone: +44 1786433930
  
            E-mail: procurement@zerowastescotland.org.uk
  
            NUTS: UKM
  Internet address(es)
  
              Main address: http://www.zerowastescotland.org.uk/
  
              Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA20802
 
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
Body governed by public law
I.5) Main activity
Environment
Section II: Object
II.1) Scope of the procurement
  II.1.1) Title
Research Consultancy Services
            Reference number: 24-FW-001-MM-28
  II.1.2) Main CPV code
  73110000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  A regulated ("Open") tender to establish a multi-lot, multi-supplier framework agreement for the provision of research consultancy services.
  II.1.5) Estimated total value
  Value excluding VAT: 
			5 000 000.00 
			  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
    Quantitative Research Services
    II.2.2) Additional CPV code(s)
    79300000
    79310000
    79311400
    79315000
    73300000
    90713000
    73110000
    73210000
    II.2.3) Place of performance
    NUTS code:
    UKM
Main site or place of performance:
    Performance of the framework may be from a location identified by the contractor that is suitable and appropriate to the requirements.
    II.2.4) Description of the procurement
    Lot 1 – Quantitative Research Services of this framework agreement will be used for the collection, study and / or analysis of the relationship between variables, making it possible for the Client to draw generalisations and make predictions based on the data.
    Services will be requested under this Lot on a Call Off basis in accordance with the information provided the Lot Specification only.
    We anticipate the appointment of between three (3) and five (5) suppliers to Lot 1 of this framework agreement.
    This number is intended to provide sufficient capacity and capability for delivery of services under this Lot during the period of this framework agreement.
    We reserve the right to appoint more / fewer suppliers to this Lot dependent upon the number of tender responses received that meet the minimum threshold for qualification.
    Zero Waste Scotland is unwilling and unable to guarantee that any services will be requested under this Lot or that any Call Offs will be awarded to any supplier at any time during the period of this framework agreement.
    Further details on the requirements and expectations for this Lot are available from the procurement documents provided on the Public Contracts Scotland Tender (PCS-T) web portal.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Quality
                    / Weighting: 85
    
                    Price
                    
                      / Weighting: 
                      15
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Start:
                22/04/2024
    
                End:
                21/04/2026
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    Two (2) extension options of twelve (12) months are provided for this framework agreement, with the maximum possible end date being Friday 21 April 2028.
    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:
            
              Yes
            
    Description of options:
    The potential for additional / optional services to be requested under this Lot is identified in the Lot Specification.
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
    II.2.14) Additional information
    Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
   
  
          Lot No: 2
  
    II.2.1) Title
    Qualitative Research Services
    II.2.2) Additional CPV code(s)
    73110000
    73210000
    73300000
    79300000
    79310000
    79311400
    79315000
    90713000
    II.2.3) Place of performance
    NUTS code:
    UKM77
Main site or place of performance:
    Performance of the framework may be from a location identified by the contractor that is suitable and appropriate to the requirements.
    II.2.4) Description of the procurement
    Lot 2 – Qualitative Research Services of this framework agreement will be used for the collection and / or analysis of non-numerical data (e.g., text, video, or audio) to explore and understand concepts, opinions, attitudes, behaviours, or experiences, and to gather in-depth insights into a problem or generate new ideas for research.
    Services will be requested under this Lot on a Call Off basis in accordance with the information provided the Lot Specification only.
    We anticipate the appointment of between three (3) and five (5) suppliers to Lot 1 of this framework agreement.
    This number is intended to provide sufficient capacity and capability for delivery of services under this Lot during the period of this framework agreement.
    We reserve the right to appoint more / fewer suppliers to this Lot dependent upon the number of tender responses received that meet the minimum threshold for qualification.
    Zero Waste Scotland is unwilling and unable to guarantee that any services will be requested under this Lot or that any Call Offs will be awarded to any supplier at any time during the period of this framework agreement.
    Further details on the requirements and expectations for this Lot are available from the procurement documents provided on the Public Contracts Scotland Tender (PCS-T) web portal.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Quality
                    / Weighting: 85
    
                    Price
                    
                      / Weighting: 
                      15
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Start:
                22/04/2024
    
                End:
                21/04/2026
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    Two (2) extension options of twelve (12) months are provided for this framework agreement, with the maximum possible end date being Friday 21 April 2028.
    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:
            
              Yes
            
    Description of options:
    The potential for additional / optional services to be requested under this Lot is identified in the Lot Specification.
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
    II.2.14) Additional information
    Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
   
  
          Lot No: 3
  
    II.2.1) Title
    Mixed Methods Research Services
    II.2.2) Additional CPV code(s)
    73110000
    73210000
    73300000
    79300000
    79310000
    79311400
    79315000
    90713000
    II.2.3) Place of performance
    NUTS code:
    UKM77
Main site or place of performance:
    Performance of the framework may be from a location identified by the contractor that is suitable and appropriate to the requirements.
    II.2.4) Description of the procurement
    Lot 3 – Mixed Methods Research Services of this framework agreement will be used to triangulate results and gain a more complete picture than a standalone quantitative or qualitative study by integrating the benefits of both methods.  It may also be used to support delivery of a structured and rigorous Rapid Evidence Review where appropriate.
    Services will be requested under this Lot on a Call Off basis in accordance with the information provided the Lot Specification only.
    We anticipate the appointment of between three (3) and five (5) suppliers to Lot 1 of this framework agreement.
    This number is intended to provide sufficient capacity and capability for delivery of services under this Lot during the period of this framework agreement.
    We reserve the right to appoint more / fewer suppliers to this Lot dependent upon the number of tender responses received that meet the minimum threshold for qualification.
    Zero Waste Scotland is unwilling and unable to guarantee that any services will be requested under this Lot or that any Call Offs will be awarded to any supplier at any time during the period of this framework agreement.
    Further details on the requirements and expectations for this Lot are available from the procurement documents provided on the Public Contracts Scotland Tender (PCS-T) web portal.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Quality
                    / Weighting: 15
    
                    Price
                    
                      / Weighting: 
                      15
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Start:
                22/04/2024
    
                End:
                21/04/2026
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    Two (2) extension options of twelve (12) months are provided for this framework agreement, with the maximum possible end date being Friday 21 April 2028.
    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:
            
              Yes
            
    Description of options:
    The potential for additional / optional services to be requested under this Lot is identified in the Lot Specification.
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
    II.2.14) Additional information
    Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
   
  
          Lot No: 4
  
    II.2.1) Title
    Third Party Review (Managed Service)
    II.2.2) Additional CPV code(s)
    73110000
    73210000
    72224000
    79400000
    79421000
    II.2.3) Place of performance
    NUTS code:
    UKM77
Main site or place of performance:
    Performance of the framework may be from a location identified by the contractor that is suitable and appropriate to the requirements.
    II.2.4) Description of the procurement
    Lot 4 – Third Party Review (Managed Service) of this framework agreement may be used by the Client for the purposes of arranging independent third party review of outputs arising from any project that the Client is involved with, whether directly as a result of a Call Off Contract under this framework agreement or indirectly from any other project activity.
    Services will be requested under this Lot on a Call Off basis in accordance with the information provided the Lot Specification only.
    We anticipate the appointment of a single supplier to Lot 4 of this framework agreement.  However, we reserve the right to appoint more / fewer suppliers to this Lot dependent upon the number of tender responses received that meet the minimum threshold for qualification.
    Zero Waste Scotland is unwilling and unable to guarantee that any services will be requested under this Lot or that any Call Offs will be awarded to any supplier at any time during the period of this framework agreement.
    Further details on the requirements and expectations for this Lot are available from the procurement documents provided on the Public Contracts Scotland Tender (PCS-T) web portal.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Quality
                    / Weighting: 90
    
                    Price
                    
                      / Weighting: 
                      10
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Start:
                22/04/2024
    
                End:
                21/04/2026
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    Two (2) extension options of twelve (12) months are provided for this framework agreement, with the maximum possible end date being Friday 21 April 2028.
    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
            
    II.2.14) Additional information
    Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
   
 
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:
  III.1.1 of this Contract Notice is not applicable to this procurement procedure.
  Section A of Part IV of the SPD (Scotland) is not being used for this contract opportunity.
  III.1.2) Economic and financial standing
  List and brief description of selection criteria:
  The relevant selection criteria for Section B of Part IV of the SPD (Scotland) are included in the SPD (Scotland) module provided for this procurement procedure.
Minimum level(s) of standards required:
  It is a requirement of this contract that suppliers hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
  Employer’s (Compulsory) Liability Insurance = 5 000 000.00 GBP
  Public Liability Insurance = 5 000 000.00 GBP
  Professional Indemnity Insurance = as noted in the procurement documents
  http://www.hse.gov.uk/pubns/hse40.pdf
  III.1.3) Technical and professional ability
  List and brief description of selection criteria:
  The relevant selection criteria for Section C of Part IV of the SPD (Scotland) is included in the SPD (Scotland) module provided for this procurement procedure.
  Section D of Part IV of the SPD (Scotland) is not being used for this contract opportunity.
Minimum level(s) of standards required:
  Suppliers should refer to “ITT-4 Supplier Selection,” which is provided as an additional document for the procurement procedure on the Public Contracts Scotland Tender (PCS-T) web portal, for confirmation of the questions on technical and professional ability used in the SPD (Scotland) module and how the information provided in the supplier’s response will be evaluated.
 
III.2) Conditions related to the contract
  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: 16
  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 000-016587
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              22/01/2024
  
                Local time: 10:00
  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: 3 (from the date stated for receipt of tender)
              
  IV.2.7) Conditions for opening of tenders
  
              Date:
              22/01/2024
  
              Local time: 10:00
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
VI.3) Additional information
Please read the instructions provided in this Contract Notice and all the procurement documents, including where provided in response to the question or clarification.
Any questions or clarifications must be raised using the messaging facility provided for this procurement procedure on the PCS-T web portal only.
Direct approaches to Zero Waste Scotland or any of its management or staff regarding this procurement procedure may be considered an attempt to influence the outcome of this procurement procedure and may lead to your tender submission being disqualified.
Your tender submission may be ruled non-compliant where you fail to follow the instructions and / or use the template documents provided in the procurement documents, unless alternative instructions and / or approaches to preparing a tender response have been agreed and communicated as appropriate through the PCS-T web portal for the procurement procedure.
Responses to the SPD (Scotland) module will be evaluated using the scoring methodologies identified in the “ITT-4 Supplier Selection” document only.
Technical responses will be scored using the Scottish Government’s recommended scoring convention, reproduced below and in the procurement documents for information:
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.
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.
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.
1 – Poor: Response is partially relevant but generally poor.  The response addresses some elements of the requirement but contains insufficient / limited details or explanation to demonstrate how the requirement will be fulfilled.
0 – Unacceptable: Nil or inadequate response.  Fails to demonstrate an ability to meet the requirement.
An anticipated timetable for this procurement procedure is provided in the procurement documents.  Zero Waste Scotland will inform all tenderers of decisions or delays at the same time, by email to the nominated contract only as identified in your tender submission.  Please do not contact Zero Waste Scotland following the deadline for tender submissions to enquire if or when a decision will be made as we are generally unable and unwilling to respond.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25202. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
The Contractor will be required to ensure that they always deploy suitably qualified, trained, experienced and, where appropriate, supervised Staff in the performance of the framework agreement and the provision of Services under a Call Off Contract.  This may be through subcontract arrangements as appropriate.
Please refer to Condition 19 (Assignation and Subcontracting) for further details of requirements where subcontracting under this framework agreement.
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 expectations for community benefits through this framework agreement are identified in the Part A - The Specification document, in Section 1 (Framework Management) under "Sustainability".
(SC Ref:750470)
VI.4) Procedures for review
  VI.4.1) Review body
  
    Stirling Sheriff Court and Justice of the Peace Court
    Stirling
    UK
   
 
VI.5) Date of dispatch of this notice
16/11/2023