Section one: Contracting authority
one.1) Name and addresses
Scottish Government
Victoria Quay, Leith
Edinburgh
EH6 6QQ
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
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