Section one: Contracting authority
one.1) Name and addresses
Scottish Government
4 Atlantic Quay, 70 York St
Glasgow
G2 8EA
Contact
Emma Dancer
Telephone
+44 1412420133
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
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
Grant Management Services and Digital Support for the DigitalBoost Fund (DBF)
Reference number
CASE/563022
two.1.2) Main CPV code
- 75100000 - Administration services
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Government’s Digital Economy Unit is seeking a suitably qualified and experienced supplier with a proven track record in administering large volumes of funding support and specialist advice to support SMEs to adopt digital technologies. The supplier will undertake the administration and management – including digital advice, capacity building, marketing, monitoring and post-programme appraisal – of the DigitalBoost Fund (DBF) from 22 November 2021 – 31 March 2022.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 75112100 - Administrative development project services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The Scottish Government’s Digital Economy Unit is seeking a suitably qualified and experienced supplier with a proven track record in administering large volumes of funding support and specialist advice to support SMEs to adopt digital technologies. The supplier will undertake the administration and management – including digital advice, capacity building, marketing, monitoring and post-programme appraisal – of the DigitalBoost Fund (DBF) from 22 November 2021 – 31 March 2022.
The contract is being procured following the Cabinet Secretary for Economy and Finance making funding available to support businesses to take advantage of digital technologies and digital skills. The funding is focused specifically on increasing SME digital capability and capacity in order to improve productivity, strengthen business resilience and support Scotland’s economic recovery.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 70
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
22 November 2021
End date
30 June 2022
This contract is subject to renewal
Yes
Description of renewals
The Scottish Government reserve the option to extend the Contract until 30 June 2023.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Scottish Government reserve the option to extend the Contract until 30 June 2023.
The Scottish Government reserve the option to scale-up the Contract. The maximum available scale-up budget will be 2 000 000 GBP (excluding VAT).
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.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
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 refer to the SPD Bidders Guidance Instructions document concerning Section B, part IV, Economic and Financial Standing selection criteria. SPD (Scotland) Selection Criteria Section, question Section B, part IV, Economic and Financial Standing:
.
4B.1.1, 4B.3, 4B.4, 4B.5.1A, 4B.5.1B and 4B.5.2.
Minimum level(s) of standards possibly required
Statements for:
.
4B.1.1 - Bidders will be required to have a minimum “general” yearly turnover of 1 500 000 GBP for the last two years.
.
4B.3 – Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.
.
4B.4 - Bidders will be required to state the value of the following financial ratio for the last two years:
.
Type of Ratio: Current Ratio
Description: The ratio will be calculated as follows: total current assets divided by total current liabilities.
Minimum Requirement: 1.0
.
4B.5.1A, 4B.5.1B & 4B.5.2 - 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 and levels of insurance indicated below:
.
Professional Risk Indemnity Insurance: 5 000 000 GBP
Employer’s (Compulsory) Liability Insurance: 5 000 000 GBP
Public Liability Insurance: 1 000 000 GBP
http://www.hse.gov.uk/pubns/hse40.pdf
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders must refer to the SPD Bidders Guidance Instructions document concerning Section C, part IV, Technical and Professional Ability selection criteria. SPD (Scotland) Selection Criteria Section, question Section C, part IV, Technical and Professional Ability:
.
4C.1.2 and 4C.10.
Minimum level(s) of standards possibly required
Statements for:
.
4C.1.2 - Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in the Find a Tender Service Contract Notice or the relevant section of the Site Notice.
.
4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract (FOR INFORMATION PURPOSES ONLY).
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
20 August 2021
Local time
2:00pm
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
20 August 2021
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
SPD (SCOTLAND) - SELECTION STAGE
.
Tenderers must submit responses to each question contained in the SPD (Scotland) (Qualification Envelope in PCS-t).
.
The SPD will be scored on a 'Pass'/'Fail' basis. Only tenders that achieve a ‘Pass’ for all questions in the SPD (Scotland) will have their tender considered further and will proceed to the Quality and Price Analysis.
.
FOR THE PURPOSES OF SPD (SCOTLAND) SELECTION QUESTION 4C.1.2:
.
4C.1.2 requirement:
.
Please provide detail on two ‘reference projects’ of similar scope and size and performed during the past three years which delivered digital support programmes/initiatives - demonstrating that your organisation has the necessary experience, expertise and capability to support and advise SMEs to improve their digital capacity and capability.
.
As a minimum, responses should describe:
.
(a) How your organisation has administered effective grant funding support for SME digital projects;
(b) How your organisation has provided advice to SMEs on designing and developing digital projects.
.
4C.1.2 question scoring methodology:
.
0 = Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.
.
1 = Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/capacity/capability.
.
2 = Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature.
.
3 = Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.
.
4 = Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.
.
A moderated average score of ‘2’ or more will be considered a ‘Pass’.
A moderated average score of less than ‘2’ will be considered a ‘Fail’.
.
Tenders which do not achieve a ‘Pass’ for Selection Question 4C.1.2 in the SPD (Scotland) shall not proceed to the Quality and Price Analysis.
.
AWARD STAGE
.
The Award Criteria will be Price 30% / Quality 70%.
.
Question scoring methodology for Award Criteria:
.
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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19250. 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:661093)
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