Contract

Evaluation of the Child Poverty Pathfinders – Phase 2

  • Scottish Government

F03: Contract award notice

Notice identifier: 2023/S 000-026339

Procurement identifier (OCID): ocds-h6vhtk-03d323

Published 6 September 2023, 1:53pm



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

4 Atlantic Quay, 70 York St

Glasgow

G2 8EA

Contact

Laura Vivian

Email

laura.vivian@gov.scot

Telephone

+44 07467338120

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

Evaluation of the Child Poverty Pathfinders – Phase 2

Reference number

610662

two.1.2) Main CPV code

  • 79315000 - Social research services

two.1.3) Type of contract

Services

two.1.4) Short description

Phase 2 of the Child Poverty Pathfinder Evaluation has four key objectives:

1) Impact: To understand the impact the Child Poverty Pathfinders have on families, child poverty and the system that supports them

2) Economic impact: To understand the impact of the Child Poverty Pathfinders on the economy and public expenditure and understand how the costs of the initiatives compare to their benefits and who the costs and benefits accrue to.

3) Process: To understand the effectiveness of the way Pathfinders have been implemented

4) Learning: To understand how lessons from the Pathfinders can be captured to support scaling up and rolling out elsewhere

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: £446,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 79311410 - Economic impact assessment

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The Child Poverty Pathfinders are initiatives of Best Start: Bright Futures (https://www.gov.scot/publications/best-start-bright-futures-tackling-child-poverty-delivery-plan-2022-26/pages/3/), the second Tackling Child Poverty Delivery Plan. A number of phased Pathfinder initiatives are being developed over the lifetime of the Plan, with the overall aim of providing holistic and person-centred support that meets the specific needs of families most at risk of being in poverty.

Glasgow City Council, the Scottish Government, COSLA and the Improvement Service are working together in Glasgow to provide access to support for citizens, break down siloed working and share funding, data and accountability to achieve this. Using a ‘No Wrong Door’ approach, families in contact with various services in the city will be proactively connected with the benefits and support they are entitled to, as well as employability and other support to thrive, live well and maximise independence.

The Child Poverty Dundee Pathfinder is a collaborative initiative between the Department of Work and Pensions (DWP); Dundee City Council; the Scottish Government and other partners. It focuses on a cohort of parents in Dundee who are looking for employment and aims to support them out of poverty on a sustained basis, working across boundaries to provide holistic approaches centred around a family’s specific needs.

The contractor will be required to build on the first phase of the evaluation (which involved development of a theory of change, monitoring framework and early implementation process study to inform an evaluability assessment) and work with Pathfinders and the Scottish Government to carry out a process evaluation, impact evaluation and economic evaluation of the Child Poverty Pathfinders.

two.2.5) Award criteria

Quality criterion - Name: UNDERSTANDING THE REQUIREMENT / Weighting: 10

Quality criterion - Name: RESEARCH DESIGN, APPROACH, AND METHODOLOGY / Weighting: 40

Quality criterion - Name: STAFF, SKILLS, AND TASK ALLOCATION / Weighting: 20

Quality criterion - Name: PROJECT MANAGEMENT AND RISK ASSESSMENT / Weighting: 10

Quality criterion - Name: ETHICAL ISSUES / Weighting: 5

Quality criterion - Name: CYBER SECURITY / Weighting: 10

Quality criterion - Name: FAIR WORK FIRST / Weighting: 5

Price - Weighting: 30

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: 2023/S 000-015635


Section five. Award of contract

Contract No

610662

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 August 2023

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

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

Number of tenders received from tenderers from non-EU Member States: 2

Number of tenders received by electronic means: 0

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 07583001246

Country

United Kingdom

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

Yes

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

Total value of the contract/lot: £446,000


Section six. Complementary information

six.3) Additional information

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. 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.

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.

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.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23966 and the ITT code is 49398. For more information

see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see:

https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23966. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

The tenderer must provide a Community Benefits proposal that is relevant to the subject matter of this contract and supports the Scottish Ministers’ commitment to contributing to the social, economic & environmental well-being of the people of Scotland, as described in the specification.

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 for this project;

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;

educational support initiatives.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23966. 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

(SC Ref:743929)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court and Justice of the Peace Court

27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom