Tender

UNCRC Children and Young People’s Consortium Coordinator

  • Scottish Government

F02: Contract notice

Notice identifier: 2022/S 000-003094

Procurement identifier (OCID): ocds-h6vhtk-030a43

Published 3 February 2022, 8:55am



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

Victoria Quay,

Edinburgh

EH6 6QQ

Email

freya.boyes@gov.scot

Telephone

+44 131247556

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.scotland.gov.uk

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

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

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

UNCRC Children and Young People’s Consortium Coordinator

Reference number

CASE/561821

two.1.2) Main CPV code

  • 75121000 - Administrative educational services

two.1.3) Type of contract

Services

two.1.4) Short description

The Scottish Government has a requirement to establish a Consortium (UNCRC Children and Young People’s Consortium) of organisations that have strong relationships with children and young people built on mutual respect and trust to secure the safe, accessible, meaningful and inclusive participation of children and young people in the UNCRC implementation, the development of policy in Children and Families Directorate.

two.1.5) Estimated total value

Value excluding VAT: £300,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 80200000 - Secondary education services
  • 80100000 - Primary education services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Aims of the procurement:

1. To establish and coordinate the effective delivery of the Consortium of organisations to ensure meaningful engagement and dialogue with children and young people and their direct representation.

2. To work collaboratively with Consortium member organisations representing the views of children and young people including those operating at a national level and with grass-roots organisations within specific communities. To identify and promote best practice approaches to ensure Consortium members engage in meaningful collaboration with children and young people. To ensure the Consortium represents the views of a wide range of children and young people including those identified as vulnerable, excluded or 'seldom heard'.

3. To represent the views of children and young people at monthly UNCRC Strategic Implementation Board meetings. To develop ongoing collaboration and networking opportunities with and between member organisations and partners to build capacity and promote meaningful engagement. To deliver monthly Consortium events and a programme of training, seminars and celebration events.

4. To administer monthly payments to fifteen member organisations and carry out grant management duties.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Price - Weighting: 20

two.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

The contract can be extended by an additional 12 months at the sole discretion of Scottish Ministers.

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

two.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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Not applicable

three.1.2) Economic and financial standing

List and brief description of selection criteria

Bidders will be required to state the value for their Current Ratio for the previous financial year

Bidders will be required to confirm they have the required levels of insurance cover specified below

Minimum level(s) of standards possibly required

Current ratio

Bidders must have a minimum current ratio of 1.0.

The current ratio shall be calculated as current assets/current liabilities and shall be based on the organisation's most recently audited accounts

Insurance Cover

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 and levels of insurance indicated below:

Employer’s (Compulsory) Liability Insurance in accordance with any legal obligation at the time being in force

Public Liability Insurance = 5 million GBP (must include Abuse Liability cover)

Professional Indemnity Insurance = 1 million GBP

If the tenderer (or any consortia or reliance partner) does not meet the requirements in relation to the turnover or the current ratio then the audited financial accounts of the tenderer (or consortia or reliance partner) will be used to conduct an assessment of the risk of business failure.

In the event that the tenderer does not meet the financial criteria for consideration but has a parent company that does, the tenderer may still be eligible for consideration where their tender submission is supported by a Parent Company Guarantee. Where the bidder does not have a Parent Company some other form of assurance such as a performance bond may be acceptable.

If the tenderer (or any consortia or reliance partner) does not pass the above assessment and is unable to provide a Parent Company Guarantee or some other form of assurance, this will result in a fail and the bidder may be excluded.

Bidders may elect to provide their audited financial accounts for the last three financial years. There must be no qualification or contra-indication from any evidence provided in support of the tenderer's economic and financial standing.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Not applicable

Minimum level(s) of standards possibly required

Not applicable

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As detailed in the procurement 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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-000939

four.2.2) Time limit for receipt of tenders or requests to participate

Date

7 March 2022

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

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

7 March 2022

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 ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20575. 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

(SC Ref:681005)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court and Justice of the Peace Court

27 Chambers Street

Edinburgh

EH1 1LB

Telephone

+44 1312252525

Country

United Kingdom

Internet address

www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court