Section one: Contracting authority
one.1) Name and addresses
Scottish Government
4 Atlantic Quay, 70 York St
Glasgow
G2 8EA
Telephone
+44 7392287522
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
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/
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Social protection
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
National Kinship Care Services
Reference number
Case Ref 611266
two.1.2) Main CPV code
- 85300000 - Social work and related services
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Government Children and Families Directorate, on behalf of the Strategy, GIRFEC and Promise Division, wishes to commission a National Kinship Care Advice Service to run for two years (2023 – 2025) Provision of Kinship Advice Services in Scotland comprise of a kinship care advice telephone line, face to face advice services and regional co-ordinators, the development of peer support groups, a dedicated website and a published guide for Kinship carers. Information is specifically tailored to the needs of kinship carers and children and young people living in kinship care arrangements. The service should also provide a platform for bringing kinship care families together and the sharing of best practice between local authorities and other agencies.
Tenders are invited to put forward proposals on how best to meet the aims and objectives, the three core service provisions (minimum requirements) and added value components within the budget available.
two.1.5) Estimated total value
Value excluding VAT: £540,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The Scottish Government has committed to provide all children, young people and their families with the right support at the right time so that every child and young person in Scotland can reach their full potential through its Getting It Right For Every Child (GIRFEC) approach. GIRFEC provides Scotland with a consistent framework and shared language for promoting, supporting, and safeguarding the wellbeing of children and young people.
In line with The Promise, the Scottish Government recognises that there is a an important role for kinship care to play in providing a safe, loving and secure home for children who cannot live with their birth parents. Our Promise Implementation Plan sets out our plans to transform the way that care looks and feels like for children, families and their caregivers. It commits to supporting a comprehensive, continuing programme of training and support for Scotland's caregivers, including kinship care. A national kinship care service contributes to this. The Kinship Care Collaborative has also been established to support national and local improvements to achieve better outcomes for children and young people and better support kinship carers and professionals who work with them.
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
questions 2C.1.1 (Technicians) and 2D.1.2 (Subcontractors) on PCS-T. These parties must complete the first three sections of the SPD
form, as well as any part of the section 4 selection criteria that the main bidder will rely upon the parties to fulfil. 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 upon whom the
main bidder will not rely to fulfil selection criteria.
4C.10 Bidders will be required to confirm whether they intend to sub-contract and if so, for what proportion of the
contract.
Bidders must confirm that they will pay staff that are involved in the delivery of services under the contract, at least the real Living Wage.
Any tenderer who answers "No" to this question will not be subject to further evaluation.
Bidders must confirm that they will include the standard clause in all contracts used in the delivery of the requirements, ensuring payment
of subcontractors at all stages of the supply chain within 30 days and include a point of contact for subcontractors to refer to in the case of
payment difficulties. This will require active monitoring of payment performance and provision of evidence and reporting to the Scottish
Government on a regular basis.
Bidders who fail to answer “Yes” to this question will not have their tender considered further.
two.2.5) Award criteria
Quality criterion - Name: Understanding the Kinship Legislation / Weighting: 20
Quality criterion - Name: Experience / Weighting: 15
Quality criterion - Name: Development and Design / Weighting: 10
Quality criterion - Name: Development and Design Value Added Components / Weighting: 15
Quality criterion - Name: Data Protection and Infromation Security / Weighting: 10
Quality criterion - Name: Climate Change / Weighting: 5
Quality criterion - Name: Community Benefits / Weighting: 5
Quality criterion - Name: Fair Work First / Weighting: 5
Quality criterion - Name: Business Continuity and Disaster Recovery / Weighting: 5
Quality criterion - Name: Quality Assurance / Weighting: 10
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £540,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 June 2023
End date
31 May 2024
This contract is subject to renewal
Yes
Description of renewals
this contract has an optional extension of a further 12 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
This is a 12 month contract with an expected start date of 1st June 2023. There will be the opportunity to extend this contract for a further 12 months at Scottish Ministers discretion
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The Evaluation Criteria for Data and Cyber Security will have a minimum pass mark of 2 suppliers who do not meet the minimum score of 2 will not proceed to commercial evaluation.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
SPD 4B.4
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.
SPD Statement for 4B.5
It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any
contract, the insurances indicated below:
Employer's (Compulsory) Liability Insurance = 5 million GBP
Public Liability Insurance = 2 million GBP
Professional Indemnity Insurance = 2 million GBP
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
It shall be a condition of the Contract that, if required by the Scottish Government, the appointed Service Provider shall deliver a validly
executed Parent Company Guarantee in the form set out in the tender documents.
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 February 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 1 June 2023
four.2.7) Conditions for opening of tenders
Date
14 February 2023
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
SPD will be scored on a pass/fail basis.
The contract award criteria will be Price 20%/Quality 80 %.
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.
Bidders must complete the SPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria
for this procurement.
Bidders must confirm that they will include the standard clause in all contracts used in the delivery of the requirements, ensuring payment
of subcontractors at all stages of the supply chain within 30 days and include a point of contact for subcontractors to refer to in the case of
payment difficulties. This will require active monitoring of payment performance and provision of evidence and reporting to the Scottish
Government on a regular basis.
Bidders who fail to answer “Yes” to this question will not have their tender considered further.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22715. 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:
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:
Community Benefits will be a scored Evaluation Criteria
SGPT Community Benefits Guidance - June 2021
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.
Tenderers should not provide details of any existing initiatives they already undertake as part of their day-to-day business and the community benefits proposed must be generated specifically for and as a result of this contract.
Good answers will demonstrate to evaluators that the tenderer has a comprehensive understanding of the subject matter of this contract and how the proposed benefits will reflect the national outcomes described in the Specification.
Proposals can be innovative but must be tangible and measurable, so that they can be monitored and reported throughout the contract.
(SC Ref:716402)
six.4) Procedures for review
six.4.1) Review body
Sherrif Court House
27 Chamber Street
Edinburgh
Country
United Kingdom