Section one: Contracting authority
one.1) Name and addresses
Scottish Government
4 Atlantic Quay, 70 York St
Glasgow
G2 8EA
Contact
Geri Bradley
Telephone
+44 7917497741
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
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Childrens Services Advocacy Support and Legal Representation
Reference number
581963
two.1.2) Main CPV code
- 85311300 - Welfare services for children and young people
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Government is seeking a supplier to provide a demand led service for both Advocacy Support and Legal Advice service to children, aged 12-15.
two.1.5) Estimated total value
Value excluding VAT: £860,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79112000 - Legal representation services
- 79100000 - Legal services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Scotland
two.2.4) Description of the procurement
The Scottish Government has a requirement to place a contract with an external service provider for the Provision of Children’s Service – Advocacy Support and Legal Representation.
The Education (Additional Support for Learning) Act 2004 provides the legal Framework for the provision of additional support for learning. The Education (Scotland) Act 2016 amends the 2004 Act to provide that children (aged Between 12-15 with capacity) can access certain rights conferred on them by the 2004 Act.
The Service Provision consists of the management/administration and delivery of the following:
Advocacy Support – To support children to prepare them to use their rights, using these rights and understanding the outcome of their use and to support children to understand the outcome where their parents have used their rights in relation to the child.
Legal Representation – To provide advice and representation in support of children using their rights to make a reference to the Additional Support Needs jurisdiction of the First-tier Tribunal for Scotland.
two.2.5) Award criteria
Quality criterion - Name: Understanding of the Requirement / Weighting: 40
Quality criterion - Name: Service management, Ordering and Contract Management including Data Collection, Protection and Confidentiality / Weighting: 15
Quality criterion - Name: Staff and Service/Contract Quality Management / Weighting: 25
Quality criterion - Name: Community Benefits / Weighting: 5
Quality criterion - Name: Fair Work First / Weighting: 5
Quality criterion - Name: Exit Strategy / Weighting: 5
Quality criterion - Name: Business Continuity and Disaster Recover (BCDR) / Weighting: 5
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £860,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2022
End date
31 March 2025
This contract is subject to renewal
Yes
Description of renewals
Following the end of the initial 33 months the contract maybe extended by a period of up to 12 months.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Bidders will be required to have membership to the following to perform services
Legal Representation: Membership of the Law Society of Scotland is required.
Advocacy: Membership of the Scottish Independent Advocacy Alliance.
PVG scheme membership is required.
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.
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
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 = 5,000,000 GBP (5 Million)
Public Liability Insurance = 2,000,000 GBP (2 Million)
Professional Indemnity Insurance = 2,000,000 GBP (2 Million).
Such insurances must be maintained for the duration of the Contract and for a minimum of 5 years following the expiry or termination of the Contract as appropriate.
three.1.3) Technical and professional ability
List and brief description of selection criteria
The Bidder must demonstrate the following:
a. Service Contracts – examples of relevant experience in last 3 years
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
Educational and Professional Qualifications legal qualifications required which The Bidder must demonstrate that they are compliant with Scots Law (LLB plus Diploma in Professional Legal Practice), and a member of the Law Society of Scotland.
The Bidder must specify a working knowledge of education law specifically related to additional support for learning and experience of working with children.
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
7 April 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 April 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Yes it is likely that a future procurement will be undertaken to replace this contract when it expires after additional extension period
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
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.
Additional criteria for Cyber and Data Security Question.
Cyber security will be scored on a pass/fail basis.
Tenderers are also asked to confirm that they will pay staff that are involved in the delivery of services under the contract, at least the real Living Wage.
Tenderers who do not pass these questions will not be subject to Commercial Analysis. As a result the tender will not be considered further.
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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20761. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
- Graduate, Apprenticeships work placements and/or Trainee placements
- Supplier engagement with schools, colleges and/or universities
- Targeted employment support, recruitment and work-related training for priority groups within the community (for example long-term unemployed and young people) as part of your proposed workforce.
- Support for existing Charity and Third Sector Organisations that deliver benefits to the communities
- Use of SMEs or supported businesses as part of your supply chain
Up-skilling the existing workforce;
- Equality and diversity initiatives;
- Educational support initiatives.
(SC Ref:684304)
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
Country
United Kingdom