Section one: Contracting authority
one.1) Name and addresses
Scottish Government
4 Atlantic Quay, 70 York St
Glasgow
G2 8EA
Telephone
+44 7917497741
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
THE PROVISION OF A HEAT IN BUILDINGS SCOTLAND NATIONAL SCHEME QUALITY ASSURANCE AND AUDIT (QAA)
Reference number
563021
two.1.2) Main CPV code
- 72225000 - System quality assurance assessment and review services
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Government intends to procure a contract for a managing agent to deliver a new national scheme (“the scheme”) as part of its' Heat in Buildings Programme.
two.1.5) Estimated total value
Value excluding VAT: £3,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72225000 - System quality assurance assessment and review services
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 Purchaser requires the provision of Quality Assurance and Audit (QAA) services under this Contract to support delivery of the Heat in Buildings new national scheme.
The purpose of this service is to give the Purchaser confidence that the services provided, and the installation of measures undertaken by the Managing Agent of the Heat in Buildings National Scheme, are compliant to the contract.
The new National Scheme, which is the successor to Warmer Homes Scotland concerns the installation of insulation, heating, and micro-generation measures in the homes of households, across Scotland, who met the eligibility criteria set out by the Purchaser, designed to target support at those in, or at risk of being in, fuel poverty.
The Scottish Government will have in place a contract with a single Managing Agent who is responsible for managing the end-to-end customer journey. This includes assessing the household’s eligibility, identifying the Measures which are suitable for the dwelling through a PAS 2035 retrofit assessment process, carrying out a technical assessment, installing the measures, arranging a Post-Installation inspection, arranging billing of the Scottish Government (as Purchaser) and the customer, as appropriate, and following up with a service visit later.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery / Weighting: 40
Quality criterion - Name: Management Staffing and Resourcing / Weighting: 20
Quality criterion - Name: Contract Management / Weighting: 15
Quality criterion - Name: Cyber Security / Weighting: 5
Quality criterion - Name: Climate Emergency / Weighting: 5
Quality criterion - Name: Community Benefits / Weighting: 5
Quality criterion - Name: Fair Work First / Weighting: 5
Quality criterion - Name: Business Continuity and Disaster Recover BCDR / Weighting: 5
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £3,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Following the end of the initial contract period of 60 months the contract maybe extended by a further 24 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 2,000,000 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
4C12 Bidders must demonstrate examples of relevant experience in last 3 years
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: 2023/S 000-017897
four.2.2) Time limit for receipt of tenders or requests to participate
Date
25 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
25 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 is outlined in invitation to tender documents
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.
Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements:
Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to:
a completed copy of the Bidder ‘relevant contract’ Climate Change Plan Template, including planned projects and actions to reduce the bidder’s carbon emissions. This does not need to contain calculated carbon emissions.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22681. 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 buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22681. 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
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 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:
Graduate, Apprenticeships work placements and/or Trainee placements
Supplier engagement with schools, colleges and/or universities
Targeted employment support, recruitment and work-related training for priority groups within the community (for example long-term
unemployed and young people) as part of your proposed workforce.
Support for existing Charity and Third Sector Organisations that deliver benefits to the communities
Use of SMEs or supported businesses as part of your supply chain
Up-skilling the existing workforce;
Equality and diversity initiatives;
(SC Ref:742053)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court Sheriff Court House
27 Chamber Street
Edinburgh
EH1 1LB
Country
United Kingdom