Tender

Provision of a Host Body for the Anti-Racism Observatory for Scotland (AROS)

  • Scottish Government

F02: Contract notice

Notice identifier: 2024/S 000-021179

Procurement identifier (OCID): ocds-h6vhtk-04532d

Published 11 July 2024, 9:03am



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

5 Atlantic Quay, 150 Broomielaw

Glasgow

G2 8LU

Contact

Gary Crombie

Email

Gary.Crombie@gov.scot

Telephone

+44 7392287522

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/esop/pts-host/public/pts/web/login.html

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/esop/pts-host/public/pts/web/login.html

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/esop/pts-host/public/pts/web/login.html

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 a Host Body for the Anti-Racism Observatory for Scotland (AROS)

Reference number

668218

two.1.2) Main CPV code

  • 98340000 - Accommodation and office services

two.1.3) Type of contract

Services

two.1.4) Short description

We are seeking a Supplier who can operate in the anti-racism arena showing strong ties and commitment to anti-racism from a corporate level down to all levels of their organisation For avoidance of doubt the Host Organisation will be the Supplier. The Scottish Government (on the recommendation of the Anti-Racism Interim Governance Group and built from the recommendation from the Covid19 and Ethnicity Expert Reference Group) is seeking to contract with a host organisation for a period of two years to incubate the Anti-Racism Observatory for Scotland (AROS) The AROS will be an independent organisation funded by the Scottish Government and will deliver its mission and strategy through the governance of an Advisory Group.

Scottish Government (the Buyer) are fully funding AROS. Therefore the commercial relationship will be between Scottish Government and the Supplier.

Further information can be found on the Scottish Government’s website Developing National Anti-Racism Infrastructure: Interim Governance Group - gov.scot (www.gov.scot) and Anti-Racism Vison Mission and Anti-Racism Method and Structure documents.

The Supplier must provide the following services:

Administrative, Finance

Human Resources including Recruitment (excludes employment)

Operational Delivery

Accommodation for AROS Staff and

Recommendation Report

The successful bidder will enable AROS to meet its objectives and support AROS to become a fully independent body. It will house senior staff (appointed by the advisory group) to lead the AROS workplan.

two.1.5) Estimated total value

Value excluding VAT: £3,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79621000 - Supply services of office personnel
  • 75100000 - Administration services
  • 98340000 - Accommodation and office services
  • 72222300 - Information technology services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The Scottish Government (on the recommendation of the Anti-Racism Interim Governance Group and built from the recommendation from the Covid19 and Ethnicity Expert Reference Group) is seeking to contract with a host organisation for a period of two years to incubate the Anti-Racism Observatory for Scotland (AROS). The Host Organisation will be an independent organisation funded by the Scottish Government for improvement of public Scottish institutions and will deliver its mission and strategy through the governance of an external Advisory Group

Further information can be found on the Scottish Government’s website Developing National Anti-Racism Infrastructure: Interim Governance Group - gov.scot (www.gov.scot) and Anti Racism Vision Mission and Anti Racism Method and Structure documents.

We are seeking a Supplier who can demonstrate they align with the values of the AROS, which include a commitment to antiracism, intersectional practice. This tender is for a Host Body to provide the infrastructure and personnel.

two.2.5) Award criteria

Quality criterion - Name: Understanding the Requirement / Weighting: 20

Quality criterion - Name: Mobilisation / Weighting: 15

Quality criterion - Name: Knowledge and Skills / Weighting: 20

Quality criterion - Name: Contract Management / Weighting: 20

Quality criterion - Name: Climate Emergency / Weighting: 5

Quality criterion - Name: Fair Work / Weighting: 10

Quality criterion - Name: Business Continuity and Disaster Recovery / Weighting: 5

Quality criterion - Name: Community Benefits / Weighting: 5

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

No

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

This contract may be extended by 3 months at the discretion of Scottish Ministers.

The evaluation consists of some minimum mandatory score of 2 questions. Bidders who fail to meet the mandatory score of 2 will not progress to the Price Quality Ratio evaluation and will score 0 for their commercial score.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

Minimum level(s) of standards required:

SPD 4B.4

Bidders must demonstrate a Current Ratio of no less than 1.0. Current Ratio will be calculated as follows:

net current assets divided by net current liabilities.

There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.

SPD Statement for 4B.5

It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any

contract, the insurances indicated below:

Employer's (Compulsory) Liability Insurance = 5 million GBP Public Liability Insurance = 1 million GBP

Professional Indemnity Insurance = 1 million GBP

Insurance must be valid for 5 years after contract expiry date.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

It shall be a condition of the Contract that, if required by the Scottish Government, the appointed Service Provider shall deliver a validly

executed Parent Company Guarantee in the form set out in the tender 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.1.8) 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: 2024/S 000-012586

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

Date

2 September 2024

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

2 September 2024

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

SPD will be scored on a pass/fail basis.

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.

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

Bidders must confirm that they will include the standard clause in all contracts used in the delivery of the requirements, ensuring payment of subcontractors at all stages of the supply chain within 30 days and include a point of contact for subcontractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance and provision of evidence and reporting to the Scottish Government on a regular basis.

Bidders who fail to answer “Yes” or "Not Applicable" to this question will not have their tender considered further.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27125. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

Community Benefits will be a scored question within the Evaluation and Award Criteria Document

(SC Ref:771938)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court House

27 Chamber Street

Edinburgh

Country

United Kingdom