Tender

Independent Evaluation of the under 18s elements of the Distress Brief Intervention Programme

  • Scottish Government

F02: Contract notice

Notice identifier: 2023/S 000-023188

Procurement identifier (OCID): ocds-h6vhtk-03ee2c

Published 9 August 2023, 10:17am



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

4 Atlantic Quay, 70 York St

Glasgow

G2 8EA

Email

Geri.Bradley@gov.scot

Telephone

+44 7917497741

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

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

Independent Evaluation of the under 18s elements of the Distress Brief Intervention Programme

Reference number

637175

two.1.2) Main CPV code

  • 85311300 - Welfare services for children and young people

two.1.3) Type of contract

Services

two.1.4) Short description

The Scottish Government has a requirement to place a contract with an external service provider for the provision of Independent Evaluation of the under 18s elements of the Distress Brief Intervention Programme..

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

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)

  • 85311300 - Welfare services for children and young people

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Scotland

two.2.4) Description of the procurement

The Scottish Government (SG), on behalf of the Scottish Ministers wishes to commission an evaluation of the Distress Brief Intervention (DBI) for Under 18s. DBI is an intervention designed to improve the response for young people presenting to front line services in distress. This follows on from previous work to develop and evaluate a similar programme in over 18s.

The aim of the work specified here is to provide the Scottish Government and DBI stakeholders with timely, robust information on the implementation, uptake, delivery, and outcomes of the existing programme with young people and to inform subsequent roll out on a wider scale across Scotland.

This specification sets out what is required, provides background information on the DBI for Under 18s programme, and suggestions on method, but bidders may propose alternative methods for carrying out this work within the available budget and timescale.

two.2.5) Award criteria

Quality criterion - Name: Understanding the Requirement / Weighting: 10

Quality criterion - Name: Research Design and Methodology / Weighting: 25

Quality criterion - Name: Staff Skills and Task Allocation / Weighting: 15

Quality criterion - Name: Project Management and Risk Assessment / Weighting: 10

Quality criterion - Name: Ethical Issues / Weighting: 20

Quality criterion - Name: Cyber Security / Weighting: 10

Quality criterion - Name: Climate Emergency / Weighting: 5

Quality criterion - Name: Fair Work First / 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

5

This contract is subject to renewal

Yes

Description of renewals

Following the end of the initial contract period of 5 months the contract maybe extended by 13 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

Bidders must demonstrate a current ratio of 1.0 or more

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

Minimum level(s) of standards required:

Tenderers must have in place the minimum Insurance Levels

Public Liability - 1,000,000 GBP,

Professional indemnity 1,000,000 GBP

Employers Liability 5,000,000 GBP in accordance with any legal obligation for the time being in force.

Such insurances must be maintained for the duration of the Contract and for a minimum of 5 years following the expiry or termination of

the contract as appropriate

three.1.3) Technical and professional ability

List and brief description of selection criteria

Authorisation/Membership to perform services:

Experienced Social researchers or equivalent, with 3 years experience required and PVG clearance


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

18 September 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

18 September 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

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.

Please note there are minimum requirements concerning Cyber Security for this contract.

Tenderers are also asked to confirm that they will pay staff that are involved in the delivery of services under the contract at least the real

living wage. Tenderers who do not pass these questions will not be subject to Commercial Analysis as a result the tender will not be

considered further.

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.

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. The Project code is 24717. 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:741106)

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