Section one: Contracting authority
one.1) Name and addresses
Scottish Government
4 Atlantic Quay, 70 York St
Glasgow
G2 8EA
Contact
Geri Bradley
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
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
Scottish Study of Early Learning and Childcare Phases 4-6
Reference number
631175
two.1.2) Main CPV code
- 85311300 - Welfare services for children and young people
two.1.3) Type of contract
Services
two.1.4) Short description
Post-expansion Phases of the Scottish Study of Early Learning and Childcare (SSELC Phases 4-6) evaluation which aims to explore the impact of the expansion of funded early learning
two.1.5) Estimated total value
Value excluding VAT: £375,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
- UKM - Scotland
Main site or place of performance
Scotland
two.2.4) Description of the procurement
Scottish Government Children and Families Analysis Unit and the Directorate for Early Learning and Childcare, on behalf of the Scottish Ministers, wish to commission the Post-expansion Phases of the Scottish Study of Early Learning and Childcare (SSELC Phases 4-6) evaluation which aims to explore the impact of the expansion of funded early learning and childcare (ELC) in Scotland from 600 hours to 1,140 hours per year.
two.2.5) Award criteria
Quality criterion - Name: Understanding of the brief ability to meet timescales and Approach to Research and Sampling Design / Weighting: 20
Quality criterion - Name: Project Management Approach Capacity and Resourcing / Weighting: 20
Quality criterion - Name: Data Processing Analysis and Deliverables / Weighting: 15
Quality criterion - Name: Cyber Security / Weighting: 10
Quality criterion - Name: Ethical Sensitivities / Weighting: 5
Quality criterion - Name: Quality Assurance Procedures / Weighting: 10
Quality criterion - Name: Fair Work First / Weighting: 5
Quality criterion - Name: Climate Emergency / Weighting: 5
Quality criterion - Name: Community Benefits / Weighting: 5
Quality criterion - Name: Business Continuity and Disaster Recovery / Weighting: 5
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £375,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Following the end of the initial contract period of 24 months the contract maybe extended by 6 months.
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 0.8 or more
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
Tenderers must have in place the minimum Insurance Levels
Public Liability - 5,000,000 GBP,
Professional indemnity 2,000,000 GBP
Employers Liability 5,000,000 GBP in accordance with any legal obligation for the time being in force.
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-006260
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
12 June 2023
Local time
12:00pm
Changed to:
Date
19 June 2023
Local time
12:00pm
See the change notice.
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. 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. 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 24028.
For more information see:http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24028. 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 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 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;
(SC Ref:730208)
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