Section one: Contracting authority
one.1) Name and addresses
Scottish Government
4 Atlantic Quay, 70 York Street
Glasgow
G2 8JX
Telephone
+44 1412425962
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
Centres of Expertise (4 Lots)
Reference number
Case/534659
two.1.2) Main CPV code
- 73000000 - Research and development services and related consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Government has a requirement to place 4 separate contracts with external service providers for the following services:
Lot 1: Centre of Expertise for Climate Change;
Lot 2: Centre of Expertise on Animal Disease Outbreaks;
Lot 3: Centre of Expertise on Water;
Lot 4: Centre of Expertise for Knowledge Exchange and Innovation.
two.1.5) Estimated total value
Value excluding VAT: £35,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Centre of Expertise Climate Change
Lot No
1
two.2.2) Additional CPV code(s)
- 73000000 - Research and development services and related consultancy services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
This Centre of Expertise is essential in providing support for a wide range of economically important policies. It also supports many parts of the SG's programme for Government. It provides technical and scientific advice to policy on issues arising from Climate Change. This includes reducing greenhouse emissions, adapting to the consequences of climate change and the transition to a low carbon society.
two.2.5) Award criteria
Quality criterion - Name: Understanding the Requirement / Weighting: 10
Quality criterion - Name: Programme Design and Methods / Weighting: 20
Quality criterion - Name: Staffing, Skills and Task Allocation / Weighting: 20
Quality criterion - Name: Project Management, Risk Assessment and Ethics / Weighting: 20
Quality criterion - Name: Data Management, Data Protection and Cyber Security / Weighting: 15
Quality criterion - Name: Fair Work / Weighting: 5
Quality criterion - Name: Business Continuity and Disaster Recovery / Weighting: 5
Quality criterion - Name: Community Benefits / Weighting: 5
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £14,800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2022
End date
31 March 2025
This contract is subject to renewal
Yes
Description of renewals
Option to extend for an additional period of up to 2 years (2 x 1 year) to 31 March 2027
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for an additional period of up to 2 years (2 x 1 year) to 31 March 2027
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) Description
two.2.1) Title
Centre of Expertise on Water
Lot No
3
two.2.2) Additional CPV code(s)
- 73000000 - Research and development services and related consultancy services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The Scottish Government and its partners have a key role to play in the development and delivery of legislation and policies designed to ensure the quality and sustainability of Scotland’s water resources. Relevant government policies include the EU Water Framework Directive, Flood Scottish Government Rural and Environment Science and Analytical Services Division (RESAS) is re-commissioning the Centre of Expertise on Water. The objective is to brigade the best available expertise on the management of water from across Scotland into a virtual centre, to simplify access to scientific advice and evidence by policy colleagues and their delivery partners, and to enhance synergy of effort and stimulate innovative thinking in support of water policy.
The Centre’s purpose is to:
- Deliver timely and high quality advice and research-based evidence on the management of water to the Scottish Government and its delivery partners.
- Stimulate innovative thinking in support of policy development and implementation in the research area.
- Enhance the coordination of research, analysis and interpretation across the subject area, leading to high quality research and policy-relevant outputs.
- Deliver an effective programme of knowledge exchange and communication with Scottish Government and its stakeholders.
two.2.5) Award criteria
Quality criterion - Name: Understanding the Requirement / Weighting: 10
Quality criterion - Name: Programme Design and Methods / Weighting: 20
Quality criterion - Name: Staffing, Skills and Tasks / Weighting: 20
Quality criterion - Name: Project Management, Risk Assessment and Ethics / Weighting: 20
Quality criterion - Name: Data Management, Data Protection and Cyber Security / Weighting: 15
Quality criterion - Name: Fair Work / Weighting: 5
Quality criterion - Name: Business Continuity and Disaster Recovery / Weighting: 5
Quality criterion - Name: Community Benefits / Weighting: 5
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £5,800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2022
End date
31 March 2025
This contract is subject to renewal
Yes
Description of renewals
Option to extend for an additional period of up to 2 years (2 x 1 year) to 31 March 2027
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for an additional period of up to 2 years (2 x 1 year) to 31 March 2027
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) Description
two.2.1) Title
Centre of Expertise Knowledge Exchange and Innovation
Lot No
4
two.2.2) Additional CPV code(s)
- 73000000 - Research and development services and related consultancy services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The CKEI, now often known as SEFARI Gateway, is RESAS's Centre of Expertise for Knowledge Exchange. It supports KE across our Main Research Providers, CoEs, including into policy, industry, NGOs. It carries out reports, training, supports fellowships, produces CASE studies and will support Horizon-Scanning across the Strategic Research Programme in Environment, Natural Resources and Rural Affairs.
two.2.5) Award criteria
Quality criterion - Name: Understanding the requirement / Weighting: 10
Quality criterion - Name: Programme design and methods / Weighting: 20
Quality criterion - Name: Staffing, Skills & Task Allocation / Weighting: 20
Quality criterion - Name: Project Management, Risk Assessment and Ethics / Weighting: 20
Quality criterion - Name: Data Management, Data Protection and Cyber Security / Weighting: 15
Quality criterion - Name: Fair Work / Weighting: 5
Quality criterion - Name: Business Continuity and Disaster Recovery / Weighting: 5
Quality criterion - Name: Community Benefits / Weighting: 5
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2022
End date
31 May 2025
This contract is subject to renewal
Yes
Description of renewals
Option to extend for an additional period of up to 2 years (2 x 1 year) to 31 March 2027
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for an additional period of up to 2 years (2 x 1 year) to 31 March 2027
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) Description
two.2.1) Title
Centre of Expertise on Animal Disease Outbreaks
Lot No
2
two.2.2) Additional CPV code(s)
- 73000000 - Research and development services and related consultancy services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Scottish Government Rural and Environment Science and Analytical Services (RESAS) Division is recommissioning a Centre of Expertise on Animal Disease Outbreaks. RESAS supports a small number of Centres of Expertise in key areas which brigade the best available expertise from a consortium of partners into virtual centres; to simplify access by policy officials to expertise from across Scotland, to enhance synergy of effort and to stimulate innovative thinking in support of policy.
The suppliers of the Centre will have the following aims:
- To deliver high-quality research-based evidence and advice on the epidemiology of animal diseases that are important to Scotland to the Scottish Government.
- To provide advice and analyses to the Scottish Government at short notice in the event of an outbreak of notifiable, zoonotic or newly emerging animal disease in the UK.
- To stimulate innovative thinking in support of policy development and delivery.
- To further enhance the coordination of research, analysis and interpretation across the subject area, leading to high quality, world leading interdisciplinary research and the production of policy-relevant outputs.
- To develop a programme of knowledge exchange to ensure the effective underpinning of policy and the wider dissemination of best practice amongst stakeholders.
two.2.5) Award criteria
Quality criterion - Name: Understanding the requirement / Weighting: 10
Quality criterion - Name: Programme design and methods / Weighting: 20
Quality criterion - Name: Staffing, Skills & Task Allocation / Weighting: 20
Quality criterion - Name: Project Management, Risk Assessment and Ethics / Weighting: 20
Quality criterion - Name: Data Management, Data Protection and Cyber Security / Weighting: 15
Quality criterion - Name: Fair Work / Weighting: 5
Quality criterion - Name: Business Continuity and Disaster Recovery / Weighting: 5
Quality criterion - Name: Community Benefits / Weighting: 5
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £10,400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2022
End date
31 March 2025
This contract is subject to renewal
Yes
Description of renewals
Option to extend for an additional period of up to 2 years (2 x 1 year) to 31 March 2027
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for an additional period of up to 2 years (2 x 1 year) to 31 March 2027
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
Financial Ratios (ESPD 4B6) - Bidders must demonstrate a Current Ratio of 0.8 or more.
Current Ratio will be calculated as follows: net current assets divided by net current liabilities.
Minimum level(s) of standards required:
- Public Liability Insurance (In the sum not less) - 5,000,000 GBP;
- Professional Indemnity Insurance (In the sum not less) - 2,000,000 GBP;
- Employer’s Liability Insurance - employer’s liability insurance in accordance with any legal obligation for the time being in force.
Such insurance must be maintained for the duration of the Contract and for a minimum of 5 years following the expiry or termination of the Contract.
Minimum level(s) of standards possibly required
Minimum Insurance Levels - For question 4B5 of the SPD, it is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract 5 million GBP public liability insurance,2 million GBP Professional Indemnity Insurance and Employers Liability insurance in accordance with any legal obligation for the time being in force.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
If a bidder comprises a consortium which will establish a special purpose vehicle (SPV) to deliver the contract, that bidder will not be required to form an SPV at this stage, but will be required to do so prior to the award of any contract. In this circumstance the consortium,acting through consortium members, will be required to provide appropriate guarantees in respect of the performance of the SPV of that bidder’s obligations under 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.2.1) Previous publication concerning this procedure
Notice number: 2020/S 229-565635
four.2.2) Time limit for receipt of tenders or requests to participate
Date
15 June 2021
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
15 June 2021
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
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.
Single Procurement Document will be scored on a pass/fail basis.
Award Criteria Questions can be found in the ITT together with the weightings.
Question scoring methodology for award criteria outlined in Invitation to Tender.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 other entities) 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.
4C.1.2 Bidders will be required to provide examples of similar services detailed as follows: Lot 1 - 2 recent examples of managing projects and giving advice on Climate Change issues, to public bodies or government. Lot 2 - 2 recent examples of managing projects, and giving advice on Animal Diseases, and/or epidemiology and/or modelling to public bodies or government. Lot 3 - 2 recent examples of managing projects and giving advice on Water issues, and/or wastewater and/or flooding issues to public bodies or government. Lot 4 - 2 recent examples of managing projects and providing advice on emerging scientific or social scientific issues to public bodies or government.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17731. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
The Scottish Ministers is committed to contributing to the social, economic & environmental well-being of the people of Scotland. The Scottish Ministers has five objectives that underpin its core purpose - to create a more successful country, with opportunities for all of Scotland to flourish, through increasing sustainable economic growth. Tenderers are required to present a community benefit proposal with their tender detailing how, in the event that they should be successful in winning the contract.
A summary of the expected community benefits has been provided as follows:
The Contractor will be required, where practical, to:
- Consider relevant opportunities for community benefits;
- Consider opportunities for the involvement of SMEs and/or third sector organisations in delivery of the services;
- Provide assurance regarding workforce matters.
This may include schemes such as:
- Providing training opportunities and support to achieve qualifications;
- Supporting local communities e.g. sponsorship of local clubs etc;
- Using social enterprises to support delivery of services.
(SC Ref:647907)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom