Section one: Contracting authority
one.1) Name and addresses
Scottish Government
4 Atlantic Quay, 70 York St
Glasgow
G2 8EA
Contact
Douglas Martin
Telephone
+44 1412420478
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
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
Farm Business Survey
Reference number
Case/582944
two.1.2) Main CPV code
- 79212100 - Financial auditing services
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Government has a requirement for the provision of Farm Business Survey from 1 February 2023 to 31 January 2025 with the option to extend for a period of up to 36 months arranged on an annual basis. Note that in the final year of the contract only, the end date
will be 31 March 2025/2026/2027 or 2028 dependent on the extension options taken up due to required final year activity.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79211000 - Accounting services
- 73110000 - Research services
- 79311300 - Survey analysis services
- 79311000 - Survey services
- 77100000 - Agricultural services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The Farm Business Survey (FBS) is an annual survey of around 400 farm businesses in Scotland and collects data directly from them through farm visits and detailed examination of each business’s books, paperwork or online accounts. Some physical information is also collected, primarily to classify farms by type and tenure. Stringent methodology is applied to the audit of farm accounts in order to produce internationally comparable farm management accounting information. Its primary purpose is to provide a body of physical and financial data designed to give insight into the economic condition of agriculture throughout Scotland. The FBS provides important data under the
Agriculture (Retained EU Law and Data) (Scotland) Act 2020 Part 2.
The contract will run from 1 February 2023 for 24 months with an option to extend for a period of up to 36 months arranged on an annual basis. Due to final year activity, the final year of the contract will be slightly longer and will end on 31 March 2025/26/27/28 depending on any extension period taken up.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
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
There are 3 optional extension periods available up to 36 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
4B.4 - Bidders will be required to state the value(s) for the following financial ratio:
Current Ratio
The acceptable range for the financial ratio is:
Greater than 1.00
The ratio will be calculated as follows:
Total Current Assets / Total Current Liabilities
4B.5.1.a to 4B.5.3 - 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:
Employer’s (Compulsory) Liability Insurance = 10m GBP
Public Liability Insurance = 5m GBP
Professional Risk Indemnity Insurance = 5m GBP
http://www.hse.gov.uk/pubns/hse40.pdf
Minimum level(s) of standards possibly required
Bidders must demonstrate a Current Ratio greater than 1.00
Employer’s (Compulsory) Liability Insurance = 10m GBP
Public Liability Insurance = 5m GBP
Professional Risk Indemnity Insurance = 5m GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
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 part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.
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.
4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
4D.1 - Quality Management Procedures - The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).
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 000-017860
four.2.2) Time limit for receipt of tenders or requests to participate
Date
30 August 2022
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
30 August 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Summer 2024/25/26 or 27 depending on extensions used.
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21943. 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 Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:
Community benefits have been considered and are not directly related to the type of services required. However, the standard information on the Scottish Government approach to community benefits will be inserted into the ITT and bidders will be asked to outline their approach to community benefits as a non-scored response. If successful, the winning bidder will be required to discuss the content of their community benefit proposal and agree a plan for the delivery of the agreed community benefits which will become a condition of the contract.
(SC Ref:701372)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
27 Chambers Street
Edinburgh
EH1 1LB
Telephone
+44 1312252525
Country
United Kingdom