Section one: Contracting authority
one.1) Name and addresses
Scottish Government
4 Atlantic Quay, 70 York St
Glasgow
G2 8EA
Contact
Doulas 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
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
Independent Child Trafficking Guardians
Reference number
Case/567403
two.1.2) Main CPV code
- 85300000 - Social work and related services
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 Child Trafficking Guardians.
The contract will be for a period of 36 months with the option to extend for an additional 2 x 12 month periods. There will be a 3 month implementation period between 1 January 2023 to 31 March 2023 after which the contract will commence on 1 April 2023 to 31 March 2026. The optional extension periods will extend the contract to 31 March 2027 or 2028.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85312310 - Guidance services
- 85311300 - Welfare services for children and young people
- 85312000 - Social work services without accommodation
- 85321000 - Administrative social services
- 85320000 - Social services
- 85312400 - Welfare services not delivered through residential institutions
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The requirement is for the operation and management of an Independent Child Trafficking Guardian (ICTG) service.
Independent Child Trafficking Guardians (also known as ‘Guardians’) will be appointed by the Service Provider to provide support to unaccompanied children and young people arriving in Scotland and who may have been a victim of, or may be vulnerable to becoming a victim of, human trafficking.
Implementation of the ICTG service will fulfil the duty set out under Section 11 of the Human Trafficking and Exploitation (Scotland) Act 2015, through the development of an Independent Child Trafficking Guardian service, with a focus on prevention of re-trafficking.
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
39
This contract is subject to renewal
Yes
Description of renewals
2 x 12 month extension periods
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 - Financial Ratios
4B.5.1a/b - Insurance
Minimum level(s) of standards possibly required
4B.4 - Bidders must demonstrate a Current Ratio of no less than 1.5
Current Ratio will be calculated as follows:
Total Current Assets divided by Total current liabilities.
There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.
-
4B.5.1a/b - 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 = 5,000,000 GBP
Public Liability Insurance (including Abuse Liability) = 5,000,000 GBP
Professional Risk Indemnity Insurance = 5,000,000 GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.1.2 - Relevant Experience
4C.4 - Supply Chain Management/Tracking Systems Used
4C.8.1 - Average Annual Manpower
4C.8.2 Number of Managerial Staff
4C.10 - Proportion (%) to be Sub-Contracted
Minimum level(s) of standards possibly required
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.
Note:
Accepted evidence includes but is not limited to:
- extract of terms & conditions detailing standard payment terms
- a summarised accounts payable report showing payment on time performance
- credit report
4C.8.1 - Bidders will be required to confirm their average annual manpower for the last three years.
4C.8.2 - Bidders will be required to confirm their and the number of managerial staff for the last three years.
4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
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.2.2) Time limit for receipt of tenders or requests to participate
Date
29 September 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
29 September 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public
Contracts (Scotland) Regulations 2015.
Single Procurement Document will be scored on a pass/fail basis.
Award Criteria Questions can be found in the ITT together with the weightings.
Question scoring methodology for award criteria outlined in Invitation to Tender.Bidders must complete the SPD (Scotland) to demonstrate
adherence to the exclusion and selection criteria for this procurement.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21332. 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:704507)
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