Section one: Contracting authority
one.1) Name and addresses
Scottish Government
4 Atlantic Quay, 70 York St
Glasgow
G2 8JX
Contact
Stuart Riach
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
Social Enterprise Census 2023-2025
Reference number
CASE/641340
two.1.2) Main CPV code
- 73110000 - Research services
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Government (SG) Public Service Reform & Public Bodies Division has a requirement to place a contract with an external service provider to undertake the Social Enterprise Census 2023 (and potentially 2025).
two.1.5) Estimated total value
Value excluding VAT: £140,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79315000 - Social research services
- 79311000 - Survey services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The Enterprising Third Sector team in the Scottish Government has commissioned the Social Enterprise (SE) Census biennially since 2015 and is a world leading survey of the SE sector across Scotland, giving data on the health of the sector. We are looking to refresh the process while still keeping the benefits of collecting a longitudinal data set.
The service provider should have knowledge of social research, running surveys and using collected data to form coherent analysis in the form of a report to be published. The census is run on behalf of the SE sector and their input and buy in to the process is vital, a Census Steering Group made up of sector representatives should be formed, with the final agreed questions being run through that group.
The specific methodology can be flexible, but should include a questionnaire of SE Sector, target a 20% response rate from known social enterprises, include Financial Data Gathering and a formal written report of findings. It may include a qualitative follow up of questionnaire to solidify understanding of trends.
The anticipated start date for the contract is late August/early September 2023, with publication of the 2023 Census in November 2024. There is the possibility of an extension to complete the 2025 census upon review of the 2023 census.
two.2.5) Award criteria
Quality criterion - Name: Overall Quality / Weighting: 80
Quality criterion - Name: A. Understanding the requirement / Weighting: 10
Quality criterion - Name: B. Delivering the requirement / Weighting: 40
Quality criterion - Name: C. Project Management / Weighting: 40
Quality criterion - Name: D. Risk Management / Weighting: 5
Quality criterion - Name: G. Fair Work / Weighting: 5
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £140,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
16
This contract is subject to renewal
Yes
Description of renewals
Option to extend the contract for a further 15 month period to cover the 2025 census, if required.
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
SPD 4B.4: Current ratio will be calculated as follows: Total current assets divided by Total current liabilities.
SPD 4B.5: Insurance Requirements - the bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:
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
SPD 4B.4: Bidders must demonstrate a current ratio of no less than 1
SPD 4B.5.1a: Professional Risk Indemnity 1,000,000 GBP
SPD 4B.5.1b: Employer's (Compulsory) Liability Insurance 5,000,000 GBP
SPD 4B.5.2: Public Liability: 1,000,000 GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
SPD 4C.1.2 - Tenderers to provide 2 examples of undertaking similar services within the last 3 years.
SPD 4C.4 - The tenderer is required to provide a statement of the relevant supply chain management and/or tracking systems used.
SPD 4C.10 - The tenderer is required to confirm if any sub-contractors will be used in the delivery of the services and provide details of the proportion (i.e percentage) of the contract they intend to subcontract.
Minimum level(s) of standards possibly required
SPD 4C.4 - 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.
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 000-013064
four.2.2) Time limit for receipt of tenders or requests to participate
Date
27 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
27 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
The Single Procurement Document (Scotland) is a standard qualification questionnaire supplied by Scottish Ministers for all regulated procurements. The SPD (Scotland) is used to self-certify for the minimum requirements to tender for this contract opportunity and will be scored on a Pass/Fail basis.
Each tender will be individually evaluated to identify the most economically advantageous service provider, based on the Price / Quality weightings detailed in this notice.
Questions that form the Quality award criteria for each lot will be scored using the following methodology: 0 - Unacceptable; 1 - Poor; 2 - Acceptable; 3 - Good; 4 - Excellent.
The lowest total tender price will be awarded 100% of the score available for Price. The Price score for the remaining Tenderers will be relative to the lowest total tender price.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24501. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:735775)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
27b Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom