Tender

Evaluation of the Child Poverty Pathfinders – Phase 2

  • Scottish Government

F02: Contract notice

Notice identifier: 2023/S 000-015635

Procurement identifier (OCID): ocds-h6vhtk-03d323

Published 2 June 2023, 8:36am



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

4 Atlantic Quay, 70 York St

Glasgow

G2 8EA

Contact

Laura Vivian

Email

laura.vivian@gov.scot

Telephone

+44 07467338120

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/

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

Evaluation of the Child Poverty Pathfinders – Phase 2

Reference number

610662

two.1.2) Main CPV code

  • 79315000 - Social research services

two.1.3) Type of contract

Services

two.1.4) Short description

Phase 2 of the Child Poverty Pathfinder Evaluation has four key objectives:

1) Impact: To understand the impact the Child Poverty Pathfinders have on families, child poverty and the system that supports them

2) Economic impact: To understand the impact of the Child Poverty Pathfinders on the economy and public expenditure and understand how the costs of the initiatives compare to their benefits and who the costs and benefits accrue to.

3) Process: To understand the effectiveness of the way Pathfinders have been implemented

4) Learning: To understand how lessons from the Pathfinders can be captured to support scaling up and rolling out elsewhere

two.1.5) Estimated total value

Value excluding VAT: £450,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79311410 - Economic impact assessment

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The Child Poverty Pathfinders are initiatives of Best Start: Bright Futures (https://www.gov.scot/publications/best-start-bright-futures-tackling-child-poverty-delivery-plan-2022-26/pages/3/), the second Tackling Child Poverty Delivery Plan. A number of phased Pathfinder initiatives are being developed over the lifetime of the Plan, with the overall aim of providing holistic and person-centred support that meets the specific needs of families most at risk of being in poverty.

Glasgow City Council, the Scottish Government, COSLA and the Improvement Service are working together in Glasgow to provide access to support for citizens, break down siloed working and share funding, data and accountability to achieve this. Using a ‘No Wrong Door’ approach, families in contact with various services in the city will be proactively connected with the benefits and support they are entitled to, as well as employability and other support to thrive, live well and maximise independence.

The Child Poverty Dundee Pathfinder is a collaborative initiative between the Department of Work and Pensions (DWP); Dundee City Council; the Scottish Government and other partners. It focuses on a cohort of parents in Dundee who are looking for employment and aims to support them out of poverty on a sustained basis, working across boundaries to provide holistic approaches centred around a family’s specific needs.

The contractor will be required to build on the first phase of the evaluation (which involved development of a theory of change, monitoring framework and early implementation process study to inform an evaluability assessment) and work with Pathfinders and the Scottish Government to carry out a process evaluation, impact evaluation and economic evaluation of the Child Poverty Pathfinders.

two.2.5) Award criteria

Quality criterion - Name: UNDERSTANDING THE REQUIREMENT / Weighting: 10

Quality criterion - Name: RESEARCH DESIGN, APPROACH, AND METHODOLOGY / Weighting: 40

Quality criterion - Name: STAFF, SKILLS, AND TASK ALLOCATION / Weighting: 20

Quality criterion - Name: PROJECT MANAGEMENT AND RISK ASSESSMENT / Weighting: 10

Quality criterion - Name: ETHICAL ISSUES / Weighting: 5

Quality criterion - Name: CYBER SECURITY / Weighting: 10

Quality criterion - Name: FAIR WORK FIRST / Weighting: 5

Price - Weighting: 30

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

Duration in months

21

This contract is subject to renewal

Yes

Description of renewals

Initial duration will be 21 months with an option to extend the contract for an additional 12 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

Minimum level(s) of standards required:

Bidders must demonstrate a Current Ratio of no less than 0.8. 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.

Bidders who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent

company satisfies the financial requirements stipulated above.

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

contract, the types of insurance indicated below.

Employer's (Compulsory) Liability Insurance = 5 000 000 GBP.

Public Liability Insurance = 1 000 000 GBP.

Professional Indemnity Insurance = 1 000 000 GBP.

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

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

7 July 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

7 July 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. 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.

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 23966 and the ITT code is 49398. 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/

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23966. 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 summary of the expected community benefits has been provided as follows:

The tenderer must 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.

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 for this project;

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.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23966. 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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23966. 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

(SC Ref:732178)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court and Justice of the Peace Court

27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom