Section one: Contracting authority
one.1) Name and addresses
Scottish Government
4 Atlantic Quay, 70 York St
Glasgow
G2 8EA
Contact
Gary Crombie
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.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
UNCRC Implementation Skills and Knowledge Framework
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 has a requirement to place a contract with an external service provider for the provision of UNCRC Implementation Skills And Knowledge Framework.
Since its adoption in November in 1989 and its ratification by the UK Government in 1991, the United Nations’ Convention on the Rights of the Child has sought to secure and further the civil, political, economic, social and cultural rights that all children everywhere are entitled to.
As part of the Scottish Government commitment to support public bodies, partners have welcomed the development of a Children’s Rights Skills and Knowledge Framework to support the UNCRC implementation programme. With the vision that a Children’s Rights Skills and Knowledge Framework, and accompanying Training Plan, will build capacity across public authorities to take a child’s rights respecting approach in their work.
The Framework should ensure strategic, sustainable and structured support for implementation of a children’s rights approach is available across all sectors and workforces of Scotland. By completing training, participants will gain access to existing and new resources and gain an enhanced understanding on how they can fulfil and give further and fuller effect to the rights of children in their role.
The Framework should deliver a commonly agreed and consistent definition of a ‘children’s rights approach’ in public services and promote the benefits of taking said children’s rights approach. It should also provide a single point to access a wide range of learning resources, thereby aiding transformation in service design and planning, enabling a range of individuals and professionals to learn about children’s rights at a level appropriate for their role or status through a tiered approach.
This will support public authorities to experience the value of utilising a children’s rights approach and how this contributes to other local and national strategic priorities
two.1.5) Estimated total value
Value excluding VAT: £320,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The Children’s Rights Unit (in Children and Families Directorate) of the Scottish Government (the “Purchaser”) is seeking an organisation (the ‘”Supplier”) to develop a Children’s Rights Skills and Knowledge Framework, with associated content and an accompanying Training Plan, to support the 2021-24 UNCRC Implementation Programme. This will contribute to our overall vision: A Scotland where children’s rights are respected, protected and fulfilled.
The Framework will provide a single point from which users can easily access new and existing resources and training in relation to children’s rights. It will be flexible and adaptable so it can be used across a wide range of sectors, giving users an enhanced understanding on how they can fulfil and give further and fuller effect to the rights of children in their role.
The accompanying Training Plan will provide support to individuals and organisations to understand children’s rights in relation to their role, status or sector, so users can learn about children’s rights at a level appropriate for their role or organisation.
The structure of the Framework will establish a tiered approach, and this structure, alongside the tools in the Training Plan, will allow users to assess the level of skills and knowledge they require for their role, and access content accordingly, making learning of a broad subject area more manageable.
The production of the Framework will include the assessment of existing content and integration of this in to the structure of the Framework. It will also include the development of new content, resources and training.
Using the Framework and Training Plan to access relevant content, resources and training will support users to gain the necessary skills and knowledge required to take a child’s rights-based approach, and understand how this contributes to other local and national strategic priorities, aiding a transformation in service design and delivery.
In order to meet the aims of the programme, the successful Supplier must:
Undertake detailed scoping of the knowledge and skills required to take a child’s rights-based approach.
Undertake detailed research and analysis of the learning needs of the Scottish public authority workforce in relation to children’s rights, to inform the development of the Framework, Training Plan and new content.
Identify and produce relevant resources and content, incorporating and building upon existing materials, which will enable users to gain an enhanced understanding on how they can fulfil and give further and fuller effect to the rights of children.
Produce a Skills and Knowledge Framework which takes a tiered approach, and provides a structured, single point of access to a range of resources and training.
Produce a Training Plan which supports individuals and organisations to identify and plan necessary learning at an appropriate level.
Employ a child’s rights-based approach to developing this work, including engagement with children, young people and families in a meaningful way.
Ensure key stakeholders have a chance to influence the development of the Framework, content and Training Plan.
Work in partnership with Scottish Government officials, but in particular the Capacity Building Manager - Embedding Children’s Rights in Public Services to facilitate the effective delivery of the project.
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
Duration in months
20
This contract is subject to renewal
Yes
Description of renewals
Following the end of the initial 20 month 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 this Programme can be found in the Invitation to Tender Pack on Public Contracts Scotland, Project i.d. 21132, ITT i.d. 44049.
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 - 5,000,000 GBP
- Professional Indemnity Insurance - 5,000,000 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.2.2) Time limit for receipt of tenders or requests to participate
Date
18 May 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
18 May 2022
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 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 21132. The ITT code is 44049.
The total budget established for this contract of 320,000 GBP includes for the initial 20 month 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 - 5,000,000 GBP
- Professional Indemnity Insurance - 5,000,000 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 21132. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:689956)
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