Tender

Provision of Behaviour In Scottish Schools Research (BISSR) 2022

  • Scottish Government

F02: Contract notice

Notice identifier: 2022/S 000-017270

Procurement identifier (OCID): ocds-h6vhtk-034a1b

Published 24 June 2022, 10:40am



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

4 Atlantic Quay, 70 York St

Glasgow

G2 8EA

Contact

Jan Gillon

Email

jan.gillon@gov.scot

Telephone

+44 1412420133

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

Provision of Behaviour In Scottish Schools Research (BISSR) 2022

Reference number

582951

two.1.2) Main CPV code

  • 73000000 - Research and development services and related consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The Scottish Government seeks to place a contract with an external service provider for the provision of research services to better understand behaviour in Scottish schools.

The contract will be awarded for a period of 13 months with an option to extend for a period of an additional 5 months.

The purpose of the project is to provide a robust picture of overall trends of behaviour and relationships in Scottish schools, gain the views of key stakeholders on behaviour and establish some of the causal factors behind differences in behaviour/ effective management strategies.

The project will include scope to explore the impact of technology use in schools on behaviour.

two.1.5) Estimated total value

Value excluding VAT: £176,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 73110000 - Research services
  • 73200000 - Research and development consultancy services
  • 73100000 - Research and experimental development services
  • 73210000 - Research consultancy services
  • 73300000 - Design and execution of research and development

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The Scottish Government has a requirement to place a contract with an external service provider for the provision of research services relating to Behaviour In Scottish Schools.

The overall aim of the research is to provide a clear and robust picture of behaviour in publicly-funded mainstream schools in Scotland and of current policy and practice in relation to managing behaviour.

The Scope of the Contract will be to provide a robust picture of overall trends of behaviour and relationships in Scottish schools, gain the views of key stakeholders on behaviour and establish some of the causal factors behind differences in behaviour/effective management strategies.

The scope of the project may also explore the impact of technology use in schools on behaviour. This represents the latest in a series of three-yearly Behaviour in Scottish Schools reports and builds on research carried out in 2016, 2012, 2009 and 2006. The Service Provider will be expected to engage with a wide range of stakeholders: pupils, parents/carers, teachers, support staff and headteachers.

two.2.5) Award criteria

Quality criterion - Name: Section A Understanding of the requirement / Weighting: 30

Quality criterion - Name: Section B Delivery and Methodology / Weighting: 30

Quality criterion - Name: Section C Quality Management / Weighting: 25

Quality criterion - Name: Section D Risk Management / Weighting: 5%

Quality criterion - Name: Section E Climate Emergency / Weighting: 0%

Quality criterion - Name: Section F Community Benefits / Weighting: 0%

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

Quality criterion - Name: Section H Data Protection and Information Security / Weighting: 5%

Quality criterion - Name: Section I Business Continuity and Disaster Recovery (BCDR) / Weighting: 0%

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £176,000

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

Duration in months

13

This contract is subject to renewal

Yes

Description of renewals

1 x 5 month extension period.

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.2.14) Additional information

Estimated date of contract award is 31st August 2022 with services commencing on 1st October 2022.


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

Current Ratio of no less than 1

Minimum Requirement: Current Ratio will be calculated as follows Total Assets divided by Total 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.

Minimum level(s) of standards possibly required

Current Ratio of no less than 1

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders will be required to provide two examples of work that they have undertaken similar in nature to the research requirement over the last three years as detailed in the specification document.

Minimum level(s) of standards possibly required

Two examples, undertaken in the last three years.

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: 2022/S 022-190258

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

Date

29 July 2022

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

29 July 2022

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

The indicative dates for this Procurement opportunity are as follows:

Contract Award: estimated 31st August 2022.

Service Commencement:1st October 2022.

SPD will be scored on a pass/fail basis.

This requirement is not suitable for lotting.

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 = 5 000 000 GBP.

The contract award criteria will be price 30%/quality 70%.

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.

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 questions (Reliance on the capacity of others) and (Subcontractors) on PCS-T.

These parties must complete the first 3 sections of the SPD form, as well as any part of the Section 4 selection criteria that the main bidder will rely upon the parties to fulfil. 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 upon whom the main bidder will not rely to fulfil selection Criteria.

Bidders will be required to confirm whether they intend to sub-contract and if so, for what proportion of the contract.

If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:

a) their standard payment terms

b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.

If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance

The buyer is using PCS-Tender to conduct this ITT exercise. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21612. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:696647)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff and Justice of the Peace Court

27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/edinburgh