Opportunity

Cancer Care Strategy for Scotland Evaluation

  • Scottish Government

F02: Contract notice

Notice reference: 2024/S 000-012331

Published 16 April 2024, 12:37pm



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

4 Atlantic Quay, 70 York St

Glasgow

G2 8EA

Contact

Gary Crombie

Email

Gary.Crombie@gov.scot

Telephone

+44 7392287522

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/esop/pts-host/public/pts/web/login.html

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/esop/pts-host/public/pts/web/login.html

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/esop/pts-host/public/pts/web/login.html

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

Cancer Care Strategy for Scotland Evaluation

Reference number

685267

two.1.2) Main CPV code

  • 73110000 - Research services

two.1.3) Type of contract

Services

two.1.4) Short description

Evaluation of Cancer Strategy for Scotland

two.1.5) Estimated total value

Value excluding VAT: £180,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79315000 - Social research services
  • 73210000 - Research consultancy services
  • 73110000 - Research services
  • 73200000 - Research and development consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The Scottish Government has a requirement to place a contract with an external service provider for the provision of the Evaluation of

Cancer Strategy for Scotland.

Aligned to priorities highlighted in the Policy Prospectus and Care and Wellbeing Portfolio, this project seeks to provide evidence to

understand the effects and impacts of cancer policy actions on people affected by cancer. The aim is to provide insights to evaluate who

progresses smoothly (or not) along the pathway, in what way, and why, and what barriers (if any) are experienced. This will include

evidence about how different elements or models of support work along the pathway, and how the pathway is experienced by different

demographic groups, with a focus on those who have been underserved historically. In looking along the pathway, it will be important to

focus on two initiatives that are being implemented in NHS Boards to support people affected by cancer along the pathway: Improving the

Cancer Journey (Action 94, 2023-2036 Action Plan) and a Single Point of Contact (Action 95, 2023-2036 Action Plan). To support the

ambition to tackle health inequalities, evidence should be gathered from individuals and groups who experience socio-economic

inequalities, racism and discrimination, and in rural and island communities, where there are particular challenges in providing equity of

access, as highlighted in the Cancer Strategy. Data will contribute evidence connected with high-level strategic outcomes of the Cancer

Strategy: improved experience of services and optimised quality of life, which themselves contribute to the strategic aim to improve cancer

survival and provide excellent, equitably accessible care.

two.2.5) Award criteria

Quality criterion - Name: Understanding the Requirement / Weighting: 10

Quality criterion - Name: Design and Methodology / Weighting: 30

Quality criterion - Name: Staffing / Weighting: 25

Quality criterion - Name: Project Management and Risk Assessment / Weighting: 15

Quality criterion - Name: Cyber Security / Weighting: 5

Quality criterion - Name: Climate Emergency / Weighting: 5

Quality criterion - Name: Fair Work / Weighting: 5

Quality criterion - Name: Business Continuity and Disaster Recovery / Weighting: 5

Quality criterion - Name: Community Benefits / Weighting: 0

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £180,000

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

Start date

1 August 2024

End date

31 March 2026

This contract is subject to renewal

No

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

Minimum level(s) of standards possibly required

Minimum level(s) of standards required:

SPD 4B.4

Bidders must demonstrate a Current Ratio of no less than 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.

SPD Statement for 4B.5

It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any

contract, the insurances indicated below:

Employer's (Compulsory) Liability Insurance = 5 million GBP Public Liability Insurance = 1 million GBP

Professional Indemnity Insurance = 1 million GBP

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

It shall be a condition of the Contract that, if required by the Scottish Government, the appointed Service Provider shall deliver a validly

executed Parent Company Guarantee in the form set out in the tender documents

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 000-007499

four.2.2) Time limit for receipt of tenders or requests to participate

Date

31 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

31 May 2024

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

SPD will be scored on a pass/fail basis.

The contract award criteria will be Price 30%/Quality 70 %.

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.

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 26389. 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:

Community Benefits will be a non scored question. However the winning Bidders responses to this section will become a contract condition.

(SC Ref:763517)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court House

27 Chamber Street

Edinburgh

Country

United Kingdom