Section one: Contracting authority
one.1) Name and addresses
Scottish Courts and Tribunals Service
Saughton House, Broomhouse Drive
Edinburgh
EH11 3XD
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
http://www.scotcourtstribunals.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00396
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
National or federal Agency/Office
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Consultation Analyses for the Scottish Sentencing Council
Reference number
SCTS-2025-010
two.1.2) Main CPV code
- 79311300 - Survey analysis services
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Courts and Tribunals Service (SCTS) aim to appoint a principle supplier and a reserve supplier to deliver consultation analyses services for the Scottish Sentencing Council (SSC). The contract will have an initial duration of two years, with two one-year optional extensions (2+1+1), taken at SCTS' discretion.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72316000 - Data analysis services
- 79311300 - Survey analysis services
- 73110000 - Research services
- 79315000 - Social research services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The Scottish Courts and Tribunals Service (SCTS) aim to appoint a principle supplier and a reserve supplier to deliver consultation analyses services for the Scottish Sentencing Council (SSC). The contract will have an initial duration of two years, with two one-year optional extensions (2+1+1), taken at SCTS' discretion.
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
48
This contract is subject to renewal
Yes
Description of renewals
2 x 1-year options to extend
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
Employers (Compulsory) Liability Insurance (If applicable)
Professional Indemnity
Minimum level(s) of standards possibly required
Employers (Compulsory) Liability Insurance (If applicable) - 5,000,000 GBP
Professional Indemnity - 250,000 GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
Please provide 2 relevant examples of services carried out during the last three years as specified in the contract notice: (examples from both public and/or private sector)
For each example the bidder must complete the template provided and provide the following information but not be limited to:
Requirement:
1. Full scope of the contract to include what services are being supplied
2. Customer name
3. Contract Start Date and Contract End Dates
4. Contract Value
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: 2025/S 000-008472
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 June 2025
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
20 June 2025
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Yes, the re-tender process will most likely begin in winter 2028
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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 59366. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:799359)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom