Tender

Social Research and Analysis Framework

  • Scottish Government

F02: Contract notice

Notice identifier: 2024/S 000-015717

Procurement identifier (OCID): ocds-h6vhtk-03ae9d

Published 17 May 2024, 2:19pm



The closing date and time has been changed to:

18 July 2024, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Scottish Government

Victoria Quay, The Shore

Edinburgh

EH6 6QQ

Contact

Monika Somerville

Email

monika.somerville@gov.scot

Telephone

+44 1312447556

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.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

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

Social Research and Analysis Framework

Reference number

CASE/605656

two.1.2) Main CPV code

  • 73110000 - Research services

two.1.3) Type of contract

Services

two.1.4) Short description

The Framework Agreement shall cover the provision of Social Research and Analysis across the Core Scottish Government departments. It shall comprise a multi lot/multi supplier agreement with 3 lots: Lot 1 Consultation Analysis, Lot 2 Evaluations, and Lot 3 Research.

two.1.5) Estimated total value

Value excluding VAT: £15,700,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Social Research

Lot No

3

two.2.2) Additional CPV code(s)

  • 79315000 - Social research services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Work that is required under this lot:

Includes: Primary research (collecting data from people): quantitative, qualitative and mixed methods data collection/fieldwork online; by telephone; face to face. Representative surveys and focus groups. Questions in Omnibus surveys if offered by suppliers. In depth, observational interviews. Public engagement and public panels. Case studies, co-creation, ethnography, narrative analysis, focus groups, lived experience research, deliberative methods. Secondary research (analysis of pre-existing data) qualitative, quantitative and mixed methods data analysis and literature reviews, evidence reviews, systematic reviews, rapid evidence reviews. Data linkage.

Does not include: impact assessment, evaluation, consultation analysis, econometric or financial analysis, modelling.

two.2.5) Award criteria

Quality criterion - Name: Framework Management / Weighting: 35%

Quality criterion - Name: Delivery of Services- Call-Off Contracts / Weighting: 45%

Quality criterion - Name: Cyber Security / Weighting: 10%

Quality criterion - Name: Fair Work First / Weighting: 5%

Quality criterion - Name: Community Benefits / Weighting: 5%

Price - Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £8,100,000

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

2 x 1 year optional extensions

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

two.2) Description

two.2.1) Title

Consultation Analysis

Lot No

1

two.2.2) Additional CPV code(s)

  • 79311300 - Survey analysis services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The Scottish Government runs a large volume of consultations throughout the year - on average, we publish 100 consultations per year. We, thus, have an ongoing requirement for consultation analysis. We wish, therefore, to establish a framework of external suppliers with the experience, skills, and capacity to deliver both quantitative and qualitative analysis of responses to a wide range of government consultations.

Work that is required under this lot:

Includes: Understanding policy background of consultation, receiving, securely storing and classifying consultation responses. Analysis of responses to consultation questions, setting out key issues and nature and level of support for consultation proposals in full report.

Does not include: conducting public consultations or surveys or evaluation of consultation proposals.

two.2.5) Award criteria

Quality criterion - Name: Framework Management / Weighting: 35%

Quality criterion - Name: Delivery of Services- Call-Off Contracts / Weighting: 45%

Quality criterion - Name: Cyber Security / Weighting: 10%

Quality criterion - Name: Fair Work First / Weighting: 5%

Quality criterion - Name: Community Benefits / Weighting: 5%

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £2,100,000

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

2 x 1 year optional extensions

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

two.2) Description

two.2.1) Title

Evaluations

Lot No

2

two.2.2) Additional CPV code(s)

  • 79419000 - Evaluation consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The Scottish Government commissions a wide range of evaluation research to support delivering better outcomes for the people of Scotland by understanding which policies and / or programmes work best and why, and how to learn and improve from the implementation and delivery of policies and programmes. Robust monitoring and evaluation ensures that policies benefit the people who they are designed to help. It also provides evidence for the public to better understand the decisions and activities of the Scottish Government, their impact and their value for money.

Work that is required under this lot:

Includes: Process evaluations. Small-scale evaluations (project value limit 65K GBP) including evaluability and impact assessments, logic modelling and theory of change. Economic evaluations. Statutory monitoring work, performance monitoring and reviews of legislative requirements.

Does not include: Experimental / quasi-experimental impact evaluation, horizon scanning, meta-analysis, feasibility studies

two.2.5) Award criteria

Quality criterion - Name: Framework Management / Weighting: 35%

Quality criterion - Name: Delivery of Services- Call-Off Contracts / Weighting: 45%

Quality criterion - Name: Cyber Security / Weighting: 10%

Quality criterion - Name: Fair Work First / Weighting: 5%

Quality criterion - Name: Community Benefits / Weighting: 5%

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £5,500,000

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

2 x 1 year optional extensions

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

The Contractor must effect and maintain with a reputable insurance company:

public liability insurance in the sum of not less than 5 million GBP.

professional indemnity insurance in the sum of not less than 1 million GBP; and

employer’s liability insurance in accordance with any legal obligation for the time being in force.

three.1.3) Technical and professional ability

List and brief description of selection criteria

List and brief description of selection criteria:

SPD 4C.4 -

Bidders must provide a statement of the relevant supply chain management and/or tracking systems used.

SPD 4C.7 -

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.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As stated in the procurement 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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 19

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 000-006546

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

Originally published as:

Date

8 July 2024

Local time

12:00pm

Changed to:

Date

18 July 2024

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

8 July 2024

Local time

12:30pm


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

Virtual Bidder Event will take place via Microsoft Teams on 4th June 2024 11-12.30pm. Additional information in PCS-T 'Bidder Event' Document. To sign up please email monika.somerville@gov.scot

Collaborative bids and use of sub-contracting will be accepted. In respect of tenders which include consortia or sub-contractors, it is the lead organisation who completes the tender.

Tenderers who fail to answer “Yes” against questions B & C and/or Tenderers who fail to achieve a technical score of 2 in questions indicated in procurement documents as 'M' will result in tender not being considered any further.

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.

Moderated average score will be given.

Bidders must complete the SPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement.

If there are named subcontractors, these named parties must complete the SPD Supplier Response Form attached to SPD questions 2A.17(if participating in procurement with others) and 2C.1.1 (when relying on capacity of other entities) and 2D.1.2 (when using subcontractors) on PCS-T. If parties have not yet been identified, this information may be required at a later date. Scottish Government reserves the right to request this information from relevant parties.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25249. 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:

Bidders will be asked to propose Community Benefits. Further information is included in the procurement documents.

(SC Ref:726847)

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