Section one: Contracting authority
one.1) Name and addresses
Scottish Government
4 Atlantic Quay, 70 York St
Glasgow
G2 8EA
Telephone
+44 7917497741
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
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
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
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
The Children Young People Families Early Intervention Adult Learning Empowering Communities and CYPFAL Third Sector Funds
Reference number
582948
two.1.2) Main CPV code
- 75130000 - Supporting services for the government
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Government's (SG) Promoting Children and Families Wellbeing Unit is seeking a Service Provider knowns as Service Provider from here forward to undertake the administration of the Children Young People and Families Early Intervention & Adult Learning and Empowering Communities (CYPFEI and ALEC) Third Sector fund, which has been running since 2016 and the new Children, Young People, Families and Adult Learning Third Sector Fund (the Fund), both of which will provide core funding to organisations who are delivering activities, projects and support that are targeted towards positive outcomes for children, young people and families.
two.1.5) Estimated total value
Value excluding VAT: £420,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 75131000 - Government 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
These Funds will run for two financial years from July 2023 until June/July 2025 and provide up to 35.7M to 137 organisations. The Contract will cover the administration of the 2 year funding period between July 2023 to June 2025 and associated pre and post-funding activities.
two.2.5) Award criteria
Quality criterion - Name: Financial Monitoring and Management / Weighting: 30
Quality criterion - Name: Support and Capacity Building / Weighting: 15
Quality criterion - Name: Management and Staffing / Weighting: 25
Quality criterion - Name: Mobilisation and Exit Management / Weighting: 5
Quality criterion - Name: Community Benefits / Weighting: 5
Quality criterion - Name: Fair Work First / Weighting: 5
Quality criterion - Name: Service Delivery / Weighting: 15
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £420,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
26 July 2023
End date
25 June 2025
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
List and brief description of selection criteria
Bidders must demonstrate a Current ratio of no less that 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.
Minimum level(s) of standards possibly required
Employers Liability Insurance in accordance with any legal obligation at the time being in force
Professional Indemnity Insurance 2,000,000 GBP
Public Liability Insurance Liability Insurance 2,000,000 GBP
Such insurances must be maintained for the duration of the Contract and for a minimum of 5 years following the expiry or termination of
the Contract as appropriate
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.2.2) Time limit for receipt of tenders or requests to participate
Date
12 June 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
12 June 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 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 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. This 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.
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 or 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 24096. 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:
Graduate, Apprenticeships work placements and/or Trainee placements
Supplier engagement with schools, colleges and/or universities, targeted employment support, recruitment and work related training for priority groups within the community for example long term unemployed and young people as part of your proposed workforce. Support for existing Charity and Third Sector Organisations that deliver benefits to the communities, Use of SMEs or supported businesses as part of your supply chain. Up skilling the existing workforce Equality and diversity initiatives Educational Support Initiatives
(SC Ref:730777)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
27 Chalmers Street
Edinburgh
Country
United Kingdom