Tender

CASE/631205: Climate Change Plan (CCP) & Just Transition Planning (JTP) Impact Assessments

  • Scottish Government

F02: Contract notice

Notice identifier: 2023/S 000-010804

Procurement identifier (OCID): ocds-h6vhtk-03bece

Published 14 April 2023, 1:48pm



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

Victoria Quay, Leith

Edinburgh

EH6 6QQ

Email

caitlin.frail@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.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

CASE/631205: Climate Change Plan (CCP) & Just Transition Planning (JTP) Impact Assessments

Reference number

631205

two.1.2) Main CPV code

  • 90711000 - Environmental impact assessment other than for construction

two.1.3) Type of contract

Services

two.1.4) Short description

The Scottish Government (SG) wishes to commission external support to assess the impact of the upcoming Climate Change Plan (CCP) and Energy Strategy, which will both be published in November 2023 alongside the associated planning regarding Just Transition. This includes analytical support in the conduct of the following Impact Assessments:

-Business and Regulatory Impact Assessment (BRIA);

-Equalities Impact Assessment (EQIA) and;

-Strategic Environmental Assessment (SEA).

two.1.5) Estimated total value

Value excluding VAT: £150,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90711000 - Environmental impact assessment other than for construction

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of

two.2.4) Description of the procurement

The Service Provider will conduct the following overarching Impact Assessments to cover both the CCP and the more detailed JTPs :

-Business and Regulatory Impact Assessment (BRIA): A BRIA aims to provide an outline of likely costs, benefits and risks of any proposed primary or secondary legislation. It also covers voluntary regulation, codes of practice, guidance, or policy changes that may have an impact on the public, private or third sector.

-Equalities Impact Assessment (EQIA): An EQIA aims to consider how a policy may impact, either positively or negatively, on different sectors of the population in different ways.

-Strategic Environmental Assessment (SEA): An SEA Assessment aims to protect the environment by allowing decision makers to consider the likely significant environmental effects of plans, programmes and strategies.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

14 August 2023

End date

14 February 2024

This contract is subject to renewal

Yes

Description of renewals

Option to extend for a further one 3-month period at the sole discretion of the Scottish Government.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Option to extend for a further one 3-month period at the sole discretion of the Scottish Government.

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

4B.5 The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance

cover indicated below:

Professional Risk Indemnity Insurance: 5,000,000 GBP

Employer’s (Compulsory) Liability Insurance: (in accordance with any legal obligation)

Public Liability Insurance: 1,000,000 GBP

three.1.3) Technical and professional ability

List and brief description of selection criteria

4C.4 Bidders are asked to provide a statement of the relevant supply chain management and/or tracking systems used.

4C.7 Bidders are asked to provide a statement of the environmental management measures they have in place.

4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract (FOR

INFORMATION PURPOSES ONLY)

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.1.6) Information about electronic auction

An electronic auction will be used

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

30 May 2023

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

30 May 2023

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 invoicing will be accepted

Electronic payment will be used

six.3) Additional information

SPD (SCOTLAND) STAGE

.

Bidders must respond to each question contained in the SPD (Scotland) (in the Qualification Envelope in PCS-T).

.

In assessing responses to the SPD (Scotland), a 'Pass'/'Fail' score will be awarded to each question. Only tenders that achieve a ‘Pass’ for all

questions in the SPD (Scotland) will proceed to the Quality and Price analysis.

.

2D.1, 2D.1.1 and 2D.1.2 -

Bidders must confirm if they intend to subcontract any share of the Contract to third parties, to (in so far as known) list the proposed

subcontractors, and to submit a completed 'SPD (Scotland) - Subcontractors - Supplier Response' for each of the subcontractors concerned.

AWARD STAGE

.

The Award Criteria are Quality 70% / Price 30%.

.

The question scoring methodology for the Award Criteria shall be:

.

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.

.

Bidders must confirm that they will pay staff that are involved in the delivery of services under the contract, at least the real Living Wage.

Any tenderer who answers "No" to this question will not be subject to further evaluation.

.

Bidders must confirm that they will include the standard clause in all contracts used in the delivery of the requirements, ensuring payment

of subcontractors at all stages of the supply chain within 30 days and include a point of contact for subcontractors to refer to in the case of

payment difficulties. This will require active monitoring of payment performance and provision of evidence and reporting to the Scottish

Government on a regular basis.

Bidders who fail to answer “Yes” to this question will not have their tender considered further.

.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22746. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

.

A sub-contract clause has been included in this contract. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

.

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:

Bidders are required to 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.

.

Bidders should not provide details of any existing initiatives they already undertake as part of their day-to-day business and the community

benefits proposed must be generated specifically for and as a result of this contract.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23979. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23979. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:729158)

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