Section one: Contracting authority
one.1) Name and addresses
Scottish Government
4 Atlantic Quay, 70 York St
Glasgow
G2 8EA
Telephone
+44 1412420133
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.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
Management of Adaptation Scotland Programme
Reference number
Case/612940
two.1.2) Main CPV code
- 90700000 - Environmental services
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Government has a requirement to place a contract with an external service provider for the provision of Adaptation Scotland Programme.
Funded by the Scottish Government since 2005, the Adaptation Scotland Programme (formerly the Scottish Climate Change Impacts Partnership) has supported the delivery of the Scottish Government’s climate change adaptation objectives including though the delivery of capacity building, advice and support to help public sector, businesses and communities be prepared and resilient to the effects of climate change.
The contract will be for a period of 24 months with the option to extend for an additional period of up to 24 months. (2 x 12 month period of extensions).
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £1,206,660
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The Contract is for the continuation and development of the Adaptation Scotland Programme, which is currently delivered under a contract arrangement by a sustainability charity.
Through continuation and development of the Adaptation Scotland Programme, the Service Provider will deliver a programme of work that contributes to successful delivery of the statutory Scottish Climate Change Adaptation Programme 2019 – 2024 and its successor. The Service Provider is expected to respond flexibly to support the objectives of the successor statutory Programme, including during the successor Programme’s development period.
two.2.5) Award criteria
Quality criterion - Name: Skills Experience, Resources / Weighting: 10
Quality criterion - Name: Proposal for meeting requirement / Weighting: 55
Quality criterion - Name: Quality Management Proposals / Weighting: 15
Quality criterion - Name: Staffing / Weighting: 5
Quality criterion - Name: Cyber Security / Weighting: 5
Quality criterion - Name: Fair Work First / Weighting: 5
Quality criterion - Name: Business Recovery and Disaster Recovery / Weighting: 5
Price - Weighting: 40
two.2.11) Information about options
Options: Yes
Description of options
2 x 12 month option to extend contract duration
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 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: 2023/S 000-000820
Section five. Award of contract
Contract No
Case/612940
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 March 2023
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Sniffer
ECCI, High School yards, Infirmary St
Edinburgh
EH1 1LZ
Telephone
+44 7712896934
Country
United Kingdom
NUTS code
- UKM - Scotland
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £1,206,660
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Value excluding VAT: £30,166
Short description of the part of the contract to be subcontracted
Economics and Finance expertise
Section six. Complementary information
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 therequirement.
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.
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.
(SC Ref:727500)
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