Section one: Contracting authority
one.1) Name and addresses
Scottish Government
Victoria Quay
Edinburgh
EH6 6QQ
Contact
Freya Boyes
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/
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
Scotland’s Domestic Abuse and Forced Marriage Helpline
Reference number
CASE/662300
two.1.2) Main CPV code
- 79512000 - Call centre
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Government, on behalf of the Scottish Ministers has a requirement for the operation and management of Scotland’s Domestic Abuse and Forced Marriage Helpline. The helpline will operate 24 hours a day, 7 days a week over 365 days a year, providing high quality information and support to those experiencing domestic abuse and forced marriage, and to those contacting the service on their behalf.
The main objectives of the service are to:
· Provide free, 24 hour, 365 days a year, specialist domestic abuse and forced marriage support service;
· Provide specialist advice and signposting in relation to domestic abuse and forced marriage;
· Be accessible to anyone who needs the service;
Provide confidentiality and anonymity to anyone using the service.
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 Scottish Government, on behalf of the Scottish Ministers has a requirement for the operation and management of Scotland’s Domestic Abuse and Forced Marriage Helpline. The helpline will operate 24 hours a day, 7 days a week over 365 days a year, providing high quality information and support to those experiencing domestic abuse and forced marriage, and to those contacting the service on their behalf.
The main objectives of the service are to:
· Provide free, 24 hour, 365 days a year, specialist domestic abuse and forced marriage support service;
· Provide specialist advice and signposting in relation to domestic abuse and forced marriage;
· Be accessible to anyone who needs the service;
Provide confidentiality and anonymity to anyone using the service.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery / Weighting: 30
Quality criterion - Name: Staffing, Knowledge and Expertise / Weighting: 25
Quality criterion - Name: Equality & Diversity / Weighting: 10
Quality criterion - Name: Quality of Service / Weighting: 15
Quality criterion - Name: Cyber Security / Weighting: 5
Quality criterion - Name: Fair Work First / Weighting: 5
Quality criterion - Name: Sustainable Procurement / Weighting: 5
Quality criterion - Name: Business Continuity and Disaster Recovery (BCDR)) / Weighting: 5
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
3 June 2024
End date
31 March 2026
This contract is subject to renewal
Yes
Description of renewals
The contract may be extended, at the sole discretion of Scottish Ministers by three twelve-month periods, to a date falling no later than 31 March 2029.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contract may be extended, at the sole discretion of Scottish Ministers by three twelve-month periods, to a date falling no later than 31 March 2029.
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
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
Financial Ratios - Bidders must demonstrate a Current Ratio of 1.0 or more.
The current ratio shall be calculated as current assets/current liabilities and shall be based on the previous financial year.
Minimum level(s) of standards possibly required
- Public Liability Insurance (In the sum not less) - 5,000,000 GBP;
- Professional Indemnity Insurance (In the sum not less) - 2,000,000 GBP;
- Employer’s Liability Insurance - employer’s liability insurance in accordance with any legal obligation for the time being in force.
Such insurance must be maintained for the duration of the Contract and for a minimum of 5 years following the expiry or termination of the Contract.
three.1.3) Technical and professional ability
List and brief description of selection criteria
- Supply Chain Management/Tracking Systems Used
- Environmental Management Measures
Minimum level(s) of standards possibly required
- If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:
a) their standard payment terms
b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.
If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.
Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to:
- a completed copy of the Bidder ‘relevant contract’ Climate Change Plan Template, including planned projects and actions to reduce the bidder’s carbon emissions. This does not need to contain calculated carbon emissions.
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-006809
four.2.2) Time limit for receipt of tenders or requests to participate
Date
7 May 2024
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
7 May 2024
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 therequirement.
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.
Please note there are minimum requirements concerning Cyber Security for this contract.
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.
they will meet standards on payment of subcontractors
Tenderers who do not pass these questions will not be subject to Commercial Analysis. 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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26269. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:762971)
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