Section one: Contracting authority
one.1) Name and addresses
Scottish Government
4 Atlantic Quay, 70 York St
Glasgow
G2 8EA
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Evaluation Of R100
Reference number
637806
two.1.2) Main CPV code
- 79315000 - Social research services
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Government Office of the Chief Economic Advisor (OCEA) wishes to commission an evaluation exploring the performance of the Reaching 100% (R100) programme against Investment Objectives. It is essential that we are able to assess Value for Money of this programme in terms of understanding the social, economic, environmental and other benefits to households, businesses and communities of improvements in broadband connectivity and speed.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79315000 - Social research services
- 79311400 - Economic research services
- 73110000 - Research services
- 73210000 - Research consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
- UKM - Scotland
two.2.4) Description of the procurement
The Scottish Government Office of the Chief Economic Advisor (OCEA) wishes to commission an evaluation exploring the performance of the Reaching 100% (R100) programme against Investment Objectives. It is essential that we are able to assess Value for Money of this programme in terms of understanding the social, economic, environmental and other benefits to households, businesses and communities of improvements in broadband connectivity and speed
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 70
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
List and brief description of selection criteria:
List and brief description of selection criteria Statement for 4B.4: Bidders must demonstrate a current ratio of no less than 1. Current ratio
will be calculated as follows: total current assets divided by total 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.
three.2) Conditions related to the contract
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
12 February 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
13 February 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
SPD will be scored on a pass/fail basis.
Requirement not suitable for lotting.
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 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.
4C.1, please include examples of your experience in dealing with similar types of services as detailed in the specification
The contract award criteria will be price 30%/quality 70%.
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 questions 2C.1.1(Reliance on the capacity of others) and 2D.1.2
(Subcontractors) on PCS-T.
These parties must complete the first 3 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.
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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24728.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24728. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:739197)
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 637806. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:755298)
six.4) Procedures for review
six.4.1) Review body
Edinburgh High Court
Edinburgh
Country
United Kingdom