Opportunity

Climate Just Communities

  • Scottish Government

F02: Contract notice

Notice reference: 2022/S 000-025058

Published 7 September 2022, 10:52am



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

4 Atlantic Quay, 70 York St

Glasgow

G2 8EA

Contact

Sarah Pagan

Email

sarah.pagan@gov.scot

Telephone

+44 1412420133

Country

United Kingdom

NUTS code

UKZ - Extra-Regio NUTS 1

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/esop/pts-host/public/pts/web/login.html

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Climate Just Communities

Reference number

CASE/582947

two.1.2) Main CPV code

  • 98910000 - Services specific to international organisations and bodies

two.1.3) Type of contract

Services

two.1.4) Short description

The purpose of this service is to deliver on the ground work in Malawi, Rwanda and Zambia to achieve climate justice outcomes.

This programme will be the first of the relaunched Climate Justice Fund, and will be designed to incorporate the findings of the recent Climate Justice Fund Evaluation -including interventions which incorporate the Theory of Change and invest heavily in engagement with marginalised communities through a participatory design and implementation approach.

two.1.5) Estimated total value

Value excluding VAT: £24,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Climate Just Communities - Zambia

Lot No

3

two.2.2) Additional CPV code(s)

  • 73000000 - Research and development services and related consultancy services
  • 98000000 - Other community, social and personal services
  • 98900000 - Services provided by extra-territorial organisations and bodies
  • 98910000 - Services specific to international organisations and bodies
  • 98200000 - Equal opportunities consultancy services
  • 90712400 - Natural resources management or conservation strategy planning services

two.2.3) Place of performance

NUTS codes
  • ZM - Zambia

two.2.4) Description of the procurement

The Climate Just Communities strategic aim is to deliver climate justice interventions that tackle inequalities exacerbated by climate change and build communities resilience to the material and social impacts of climate change in Zambia.

two.2.5) Award criteria

Quality criterion - Name: Understanding The Requirement / Weighting: 10%

Quality criterion - Name: Programme Design and Methods / Weighting: 30%

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

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

Quality criterion - Name: Data Management, Data Protection and Cyber Security / Weighting: 10%

Quality criterion - Name: Fair Work First / Weighting: 5%

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

Quality criterion - Name: Community Benefits / Weighting: 5%

Quality criterion - Name: Climate Emergency / Weighting: 5%

Cost criterion - Name: Price / Weighting: 30%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 February 2023

End date

31 March 2025

This contract is subject to renewal

Yes

Description of renewals

Optional extension period of up to 12 months at Scottish Government's discretion.

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

two.2) Description

two.2.1) Title

Climate Just Communities - Malawi

Lot No

1

two.2.2) Additional CPV code(s)

  • 73000000 - Research and development services and related consultancy services
  • 98000000 - Other community, social and personal services
  • 98900000 - Services provided by extra-territorial organisations and bodies
  • 98910000 - Services specific to international organisations and bodies
  • 98200000 - Equal opportunities consultancy services
  • 90712400 - Natural resources management or conservation strategy planning services

two.2.3) Place of performance

NUTS codes
  • MW - Malawi

two.2.4) Description of the procurement

The Climate Just Communities strategic aim is to deliver climate justice interventions that tackle inequalities exacerbated by climate change and build communities resilience to the material and social impacts of climate change within Malawi.

two.2.5) Award criteria

Quality criterion - Name: Understanding The Requirement / Weighting: 10%

Quality criterion - Name: Programme Design and Methods / Weighting: 30%

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

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

Quality criterion - Name: Data Management, Data Protection and Cyber Security / Weighting: 10%

Quality criterion - Name: Fair Work First / Weighting: 5%

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

Quality criterion - Name: Community Benefits / Weighting: 5%

Quality criterion - Name: Climate Emergency / Weighting: 5%

Cost criterion - Name: Price / Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £8,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 February 2023

End date

31 March 2025

This contract is subject to renewal

Yes

Description of renewals

Optional extension period of up to 12 months at Scottish Government's discretion.

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

two.2) Description

two.2.1) Title

Climate Just Communities - Rwanda

Lot No

2

two.2.2) Additional CPV code(s)

  • 73000000 - Research and development services and related consultancy services
  • 98000000 - Other community, social and personal services
  • 98900000 - Services provided by extra-territorial organisations and bodies
  • 98910000 - Services specific to international organisations and bodies
  • 98200000 - Equal opportunities consultancy services
  • 90712400 - Natural resources management or conservation strategy planning services

two.2.3) Place of performance

NUTS codes
  • RW - Rwanda

two.2.4) Description of the procurement

The Climate Just Communities strategic aim is to deliver climate justice interventions that tackle inequalities exacerbated by climate change and build communities resilience to the material and social impacts of climate change in Rwanda.

two.2.5) Award criteria

Quality criterion - Name: Understanding The Requirement / Weighting: 10%

Quality criterion - Name: Programme Design and Methods / Weighting: 30%

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

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

Quality criterion - Name: Data Management, Data Protection and Cyber Security / Weighting: 10%

Quality criterion - Name: Fair Work First / Weighting: 5%

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

Quality criterion - Name: Community Benefits / Weighting: 5%

Quality criterion - Name: Climate Emergency / Weighting: 5%

Cost criterion - Name: Price / Weighting: 30%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 February 2023

End date

31 March 2025

This contract is subject to renewal

Yes

Description of renewals

Optional extension period of up to 12 months at Scottish Government's discretion.

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

This section covers section 4B of the SPD (Scotland).

The Scottish Government reserves the right to administer financial checks to validate information provided within the SPD (Scotland).

Minimum level(s) of standards possibly required

4B - Bidders must demonstrate a Current Ratio of greater than 0.8. The Current Ratio will be calculated as follows: net current assets divided by net current liabilities.

4B - Bidders must confirm they already have or commit to obtain the levels of insurance indicated as follows; Public Liability 5 Million GBP, Professional Risk Indemnity 2 Million GBP, Employer's (Compulsory) Liability in accordance with any legal obligation for the time being in force.

There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Details of technical facilities, measures for ensuring quality and quality management procedures will be required in section 4C of the SPD (Scotland).

Bidders must download and complete a separate SPD (Scotland) form for any subcontractors involved in the delivery of this service.

Minimum level(s) of standards possibly required

4C - Bidders will be required to provide details of the technicians or technical bodies the bidder can call upon in relation to this procurement exercise.

4C - Bidders will be required to provide details of the technical facilities and measures for ensuring quality.

4C - Bidders will be required to provide a statement of the relevant supply chain management and/or tracking systems used.

4C - Bidders will be required to details qualifications held by the service provider and any managerial staff involved in the contract delivery.

4C - Bidders will be required to confirm what environmental management measures they will employ.

4C: Bidders will be required to confirm that 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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-441085

four.2.2) Time limit for receipt of tenders or requests to participate

Date

18 November 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

Tender must be valid until: 31 January 2023

four.2.7) Conditions for opening of tenders

Date

18 November 2022

Local time

12:00pm

Place

4 Atlantic Quay, 70 York St, Glasgow G2 8JX.

Information about authorised persons and opening procedure

Public Contracts Scotland - Tender blind behaviour tender opening procedure by a Senior Portfolio Specialist within the Scottish Procurement and Property Directorate of Scottish Government.


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

SPD (Scotland) will be scored on a pass/ fail basis.

Question scoring methodology detailed in the Evaluation and Award Criteria document will apply when scoring the Technical Response Documents during the evaluation stage.

Each evaluator will award a mark for each question between 0 and 4, in accordance with the methodology detailed below;

Technical responses will be evaluated using the following methodology:

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. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.

Evaluators can award a score of 0, 1, 2, 3 or 4.

For questions denoted ‘M’ tenderer's must achieve a minimum moderated average score of 2. If the moderated average score is less than ‘2’ for any of the questions marked ‘M’, the tender will not be subject to Price Analysis and a score of 0 (zero) will be awarded in respect of the Price Score. As a result, the tender will not be considered further.

The Commercial Evaluation will be split into 3 parts and weighted against separate scoring criteria;

Core Programme Management - 30% weighting

Phase 1 Scoping Activities - 40% weighting

Intervention Staffing Rates - 30% weighting

Each tab will be scored in isolation using the mathematical calculation detailed in the Evaluation and Award Criteria guidance before combining to give an overall total score for Commercial Evaluation.

To access procurement documentation, please access PCS-T and enter the following: Project Code - 22061 or ITT Code - 45811.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 45811. 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:

Tenderers must specify a future proposal for Community Benefits. Past or previous Community Benefit case studies will not be scored for this requirement. If successful, the winning tenderer(s) will 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:705474)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court

27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom