Section one: Contracting authority
one.1) Name and addresses
Scottish Government
4 Atlantic Quay, 70 York St
Glasgow
G2 8EA
Telephone
+44 7872612985
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
Promise Partnership Fund Management Services
two.1.2) Main CPV code
- 79400000 - Business and management consultancy and related services
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Government is seeking a suitably qualified and experienced Supplier to undertake the administration of the “Promise Partnership Fund” (the Fund) - a grant fund to deliver change in line with Scotland’s commitment to creating capacity in the ‘care system‘ to #KeepThePromise and provide holistic whole family support. The annual Fund value is 4 million GBP.
The Contract will cover the administration of a 3 year funding period of April 2022 to March 2025 and associated pre and post-funding activities as outlined in the scope element of the specification. The Contract will cover the administrative functions also set out in the scope element of the specification, working in partnership with the Promise Scotland, to develop and evolve the fund in line with the implementation of The Promise and alongside the Scottish Government who will retain overall management of the Fund.
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: £749,283
two.2) Description
two.2.2) Additional CPV code(s)
- 79400000 - Business and management consultancy and related services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Scotland
two.2.4) Description of the procurement
- The fund Administrator will be required to manage and market the fund (value of circa 4 million GBP per annum) and work proactively to ensure applications for funding are received.
- The fund Administrator will work proactively to support interest in the fund while the fund is open, including, and not limited to, running information sessions.
- The fund Administrator will form a good working relationship with The Promise Scotland to ensure a knowledgeable understanding of the intricacies, priorities and gaps in terms of the progress of the implementation of The Promise.
- The fund Administrator will work with The Promise Scotland, a care experienced decision making panel and the Scottish Government to develop the criteria for funding. They will ensure a fair assessment of applications against the criteria and ensure alignment with The Promise.
- The fund Administrator will create a governance structure to support the decisions surrounding the creation and scope of the fund and grant awards, ensuring the right level of expertise and the voice of people with care experience. This may include an expert advisory group and must include a care experiences decision making panel and will be agreed by the Scottish Government.
- As part of this structure, the fund Administrator will create and support a care experienced decision making panel solely comprised of people and/or family members with experience of the ‘care system’.
- The fund Administrator will fully support a care experienced decision making panel to assess bids for funding and approve them, as appropriate, according to the agreed Fund criteria, and objectives of the fund and to be supported by people with a good knowledge of the ‘care system’.
- The fund Administrator will provide funding to projects in a secure and timely manner to ensure projects can proceed;
- The fund Administrator will work in collaboration with projects that receive funding to monitor progress and make connections across projects to support good practice in delivering objectives and ensure appropriate use of fund monies to support the implementation of The Promise and create the capacity required within organisations to make the required transformational change.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Quality criterion - Name: cost / Weighting: 30
Price - Weighting: 30
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 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: 2021/S 000-029830
Section five. Award of contract
Contract No
566679
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
31 March 2022
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Corra Foundation
Riverside House, 502 Gorgie Road
Edinburgh
EH11 3AF
Telephone
+44 1314444025
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £750,000
Total value of the contract/lot: £749,283
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 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.
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.
(SC Ref:689472)
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