Contract

Management of Adaptation Scotland Programme

  • Scottish Government

F03: Contract award notice

Notice identifier: 2023/S 000-009096

Procurement identifier (OCID): ocds-h6vhtk-039696

Published 29 March 2023, 10:31am



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

4 Atlantic Quay, 70 York St

Glasgow

G2 8EA

Email

douglas.martin@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.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