Section one: Contracting authority
one.1) Name and addresses
Scottish Government
4 Atlantic Quay, 70 York St
Glasgow
G2 8EA
Telephone
+44 7467338120
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
Abortion Clinic Vigils or Protests - Research
Reference number
585320
two.1.2) Main CPV code
- 79315000 - Social research services
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Government (SG), on behalf of the Scottish Ministers, wishes to commission a study to enhance its understanding of the prevalence and impact of vigils/protests that take place outside of abortion clinics within Scotland. The research will aim to produce new data from a variety of respondents in order to develop a detailed picture of current practices and experiences of vigils/protests outside abortion clinics in different localities across Scotland. This will be used to inform Scottish Government policy on vigils and protests outside abortion clinics.
two.1.5) Estimated total value
Value excluding VAT: £65,000
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
Main site or place of performance
Scotland
two.2.4) Description of the procurement
A combination of qualitative and quantitative research methods will be required to meet the aims and objectives of this research. When placing a bid, suppliers should state as clearly as possible the full research design and methodology they propose to use. This should include the modes of data capture, and research participant recruitment, as well as methods for data analysis and synthesis.
Possible suitable methods include:
- Collection, collation and analysis of relevant NHS Board data relating to observations of protests.
- Qualitative interviews and/or surveys of patients and protestors to understand the perspectives of each.
Based on the research aims and objectives set out above and the available budget, proposals should set out how they will address and build on the following requirements:
- Build a holistic picture of the prevalence and scale of abortion vigils/protests in Scotland and their impact on women’s experience of accessing abortion services in Scotland.
- Recruit research participants from relevant groups involved in/impacted by abortion vigils/protests, especially women who have accessed abortion services while protests/vigils are ongoing outside the clinics, and protestors participating in vigils/protests.
- Outline any proposed use of incentives or payments to research participants.
two.2.5) Award criteria
Quality criterion - Name: Understanding the requirement / Weighting: 10
Quality criterion - Name: Research design and methodology / Weighting: 30
Quality criterion - Name: Staff, skills and task allocation / Weighting: 20
Quality criterion - Name: Project management and risk assessment / Weighting: 15
Quality criterion - Name: Ethical sensitivities and ethical scrutiny / Weighting: 10
Quality criterion - Name: Data Security / Weighting: 10
Quality criterion - Name: Fair work / Weighting: 5
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £65,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2022
End date
1 February 2024
This contract is subject to renewal
Yes
Description of renewals
Following the end of the initial 18 months the contract maybe extended by a period of up to 3 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
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 will be required to state the value for their Current Ratio for the previous financial year.
Bidders will be required to confirm they have the required levels of insurance cover specified below.
Minimum level(s) of standards possibly required
Minimum level(s) of standards required:
Current ratio: Bidders must have a minimum current ratio of 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
Insurance Cover
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded
contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance in accordance with any legal obligation at the time being in force = 5,000,000 GBP (5
Million)
Public Liability Insurance = 5,000,000 GBP (5 Million)
Professional Indemnity Insurance = 2,000,000 GBP (2 Million).
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.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
25 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
Tender must be valid until: 1 August 2022
four.2.7) Conditions for opening of tenders
Date
25 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. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.
Additional criteria for Cyber and Data Security Question.
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.
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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21141 and the ITT code is 44053. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see:
https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21141. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
The tenderer must provide a Community Benefits proposal that is relevant to the subject matter of this contract and supports the Scottish Ministers’ commitment to contributing to the social, economic & environmental well-being of the people of Scotland, as described in the specification.
- targeted employment support, recruitment and work-related training for priority groups within the community (for example long-term unemployed and young people) as part of your proposed workforce for this project;
- support for existing Charity and Third Sector Organisations that deliver benefits to the communities
- Use of SMEs or supported businesses as part of your supply chain
- up-skilling the existing workforce;
- equality and diversity initiatives;
- educational support initiatives.
(SC Ref:690672)
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
Country
United Kingdom