Tender

Evaluation of the Scottish Mentoring and Leadership Programme

  • Scottish Government

F02: Contract notice

Notice identifier: 2022/S 000-008444

Procurement identifier (OCID): ocds-h6vhtk-031d0f

Published 29 March 2022, 3:44pm



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

4 Atlantic Quay, 70 York St

Glasgow

G2 8EA

Contact

Jonathan Nicolson

Email

jonathan.nicolson@gov.scot

Telephone

+44 1412420133

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.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

Evaluation of the Scottish Mentoring and Leadership Programme

two.1.2) Main CPV code

  • 73110000 - Research services

two.1.3) Type of contract

Services

two.1.4) Short description

The Scottish Government wish to commission research to evaluate the process, impact and value for money of the Scottish Mentoring and Leadership Programme (SMLP) approach over 5 years. This will involve engaging with a range of participants, providers, employers, delivery partners and other stakeholders. As such, we anticipate that the research will involve a variety of different approaches and methodologies to gather and analyse relevant information and feedback.

The aim of this programme of research is to provide a robust, independent evaluation of the delivery process, outcomes, and value for money, of the SMLP approach - a capabilities-based relational model of supporting young people to achieve their potential

two.1.5) Estimated total value

Value excluding VAT: £600,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79311400 - Economic research services
  • 79315000 - Social research services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The Scottish Mentoring and Leadership Programme (SMLP) aims to support and improve the outcomes of up to 15,000 care experienced (or in ‘tough realities’) young people. The Scottish Government wish to commission research to evaluate the process, impact and value for money of the SMLP approach and to offer ongoing learning as the work evolves that will inform our thinking and strategic direction.

The Scottish Government wish to commission research to evaluate the process, impact and value for money of the SMLP approach over 5 years. This will involve engaging with a range of participants, providers, employers, delivery partners and other stakeholders. As such, we anticipate that the research will involve a variety of different approaches and methodologies to gather and analyse relevant information and feedback.

The aim of this programme of research is to provide a robust, independent evaluation of the delivery process, outcomes, and value for money, of the SMLP approach, a capabilities-based relational model of supporting young people to achieve their potential

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

Start date

15 June 2022

End date

14 June 2027

This contract is subject to renewal

Yes

Description of renewals

Following the end of the initial 5 year period, the contract maybe extended by a period of up to 6 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

two.2.14) Additional information

Further information on the Scottish Mentoring and Leadership Programme can be found in the Invitation to Tender Pack on Public Contracts Scotland, Project i.d. 21001, ITT i.d. 43775.


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

Bidders must demonstrate a Current Ratio of no less than 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.

Bidders should state if they have applied IFRS15 to their Accounts.

Minimum level(s) of standards possibly required

Bidders must have in place the following minimum insurance levels:

- Public Liability Insurance - 1,000,000 GBP

- Professional Indemnity Insurance - 1,000,000 GBP

- Employer’s Liability Insurance - 5,000,000 GBP

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

Selection criteria as stated in the procurement documents

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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-005750

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

Date

9 May 2022

Local time

2:00pm

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

9 May 2022

Local time

2:00pm


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

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.

For technical evaluation questions denoted 'M' tenderers must achieve a minimum moderated average score of 2. If the moderated average score is less than 2 for any of the questions marked 'M' the tender will not be subject to Price Analysis and a score of 0 (zero) will be awarded in respect of the Price Score. 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 questions 2C.1.1 (Technicians) and 2D.1.2 (Subcontractors) on PCS-T. These parties must complete the first three 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.

The terms and conditions include the detail of the requirements in respect of sub contracting arrangements.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21001. The ITT code is 43775.

The total budget established for this contract of 600,000 GBP includes for the initial 5 year period and potential up to 6 month extension period.

Bidders must demonstrate a Current Ratio of no less than 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.

Bidders should state if they have applied IFRS15 to their Accounts.

Bidders must have in place the following minimum insurance levels:

- Public Liability Insurance - 1,000,000 GBP

- Professional Indemnity Insurance - 1,000,000 GBP

- Employer’s Liability Insurance - 5,000,000 GBP

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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21001. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:687963)

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

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