Contract

Cancer Care Strategy for Scotland Evaluation

  • Scottish Government

F03: Contract award notice

Notice identifier: 2024/S 000-023913

Procurement identifier (OCID): ocds-h6vhtk-0446c9

Published 31 July 2024, 10:55am



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

4 Atlantic Quay, 70 York St

Glasgow

G2 8EA

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.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

Cancer Care Strategy for Scotland Evaluation

Reference number

685267

two.1.2) Main CPV code

  • 73110000 - Research services

two.1.3) Type of contract

Services

two.1.4) Short description

Evaluation of Cancer Strategy for Scotland

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £180,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 79315000 - Social research services
  • 73210000 - Research consultancy services
  • 73110000 - Research services
  • 73200000 - Research and development consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The Scottish Government has a requirement to place a contract with an external service provider for the provision of the Evaluation of

Cancer Strategy for Scotland.

Aligned to priorities highlighted in the Policy Prospectus and Care and Wellbeing Portfolio, this project seeks to provide evidence to

understand the effects and impacts of cancer policy actions on people affected by cancer. The aim is to provide insights to evaluate who

progresses smoothly (or not) along the pathway, in what way, and why, and what barriers (if any) are experienced. This will include

evidence about how different elements or models of support work along the pathway, and how the pathway is experienced by different

demographic groups, with a focus on those who have been underserved historically. In looking along the pathway, it will be important to

focus on two initiatives that are being implemented in NHS Boards to support people affected by cancer along the pathway: Improving the

Cancer Journey (Action 94, 2023-2036 Action Plan) and a Single Point of Contact (Action 95, 2023-2036 Action Plan). To support the

ambition to tackle health inequalities, evidence should be gathered from individuals and groups who experience socio-economic

inequalities, racism and discrimination, and in rural and island communities, where there are particular challenges in providing equity of

access, as highlighted in the Cancer Strategy. Data will contribute evidence connected with high-level strategic outcomes of the Cancer

Strategy: improved experience of services and optimised quality of life, which themselves contribute to the strategic aim to improve cancer

survival and provide excellent, equitably accessible care.

two.2.5) Award criteria

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

Quality criterion - Name: Design and Methodology / Weighting: 30

Quality criterion - Name: Staffing / Weighting: 25

Quality criterion - Name: Project Management and Risk Assessment / Weighting: 15

Quality criterion - Name: Cyber Security / Weighting: 5

Quality criterion - Name: Climate Emergency / Weighting: 5

Quality criterion - Name: Fair Work / Weighting: 5

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

Quality criterion - Name: Community Benefits / Weighting: 0

Price - Weighting: 70

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 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 000-012331


Section five. Award of contract

Contract No

685267

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

31 July 2024

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 6

Number of tenders received by electronic means: 6

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Ipsos (market research) Ltd

4 Wemyss Place

Edinburgh

EH3 6DH

Telephone

+44 7583001246

Country

United Kingdom

NUTS code
  • UKM75 - Edinburgh, City of
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £180,000

Total value of the contract/lot: £180,000


Section six. Complementary information

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” to this question will not have their tender considered further.

(SC Ref:771381)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court House

27 Chamber Street

Edinburgh

Country

United Kingdom