Section one: Contracting authority
one.1) Name and addresses
Scottish Government
Victoria Quay,
Edinburgh
EH6 6QQ
Telephone
+44 131247556
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
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