Contract

Urgent Care Evaluation

  • Scottish Government

F20: Modification notice

Notice identifier: 2022/S 000-026390

Procurement identifier (OCID): ocds-h6vhtk-031cb8

Published 21 September 2022, 2:36pm



Section one: Contracting authority/entity

one.1) Name and addresses

Scottish Government

4 Atlantic Quay, 70 York St

Glasgow

G2 8EA

Email

Paul.packett@gov.scot

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


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Urgent Care Evaluation

Reference number

562082

two.1.2) Main CPV code

  • 73110000 - Research services

two.1.3) Type of contract

Services

two.2) Description

two.2.2) Additional CPV code(s)

  • 73110000 - Research services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement at the time of conclusion of the contract:

The Scottish Government (SG), on behalf of the Scottish Ministers, wishes to commission two evaluation projects as core components of an ongoing programme of monitoring and evaluating the implementation of the Redesign of Urgent Care (RUC) in the NHS. The findings from these projects will inform future government strategy and policy, and improvements in service delivery.

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

Duration in months

6

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.2) Administrative information

four.2.1) Contract award notice concerning this contract

Notice number: 2022/S 000-007101


Section five. Award of contract/concession

Contract No

562772

Title

Urgent Care Evaluation

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract/concession award decision:

17 August 2022

five.2.2) Information about tenders

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

five.2.3) Name and address of the contractor/concessionaire

Picker Institute Europe

Buxton Court, 3 West Way

Oxford

OX2 0JB

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor/concessionaire is an SME

No

five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)

Total value of the procurement: £110,000


Section six. Complementary information

six.3) Additional information

SPD will be scored on a pass/fail basis.

Requirement not suitable for lotting.

Statement for 4B.5

It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded

contract, the types of insurance indicated below:

Employer's (compulsory) liability insurance = 5 000 000 GBP.

Public liability insurance = 1 000 000 GBP.

Professional indemnity insurance = 1 000 000 GBP.

4C.1, please include examples of your experience in dealing with similar types of services as detailed in the specification

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. 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.

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 questions 2C.1.1(Reliance on the capacity of others) and 2D.1.2

(Subcontractors) on PCS-T.

These parties must complete the first 3 sections of the SPD form, as well as any part of the Section 4 selection criteria that the main bidder

will rely upon the parties to fulfil. If parties have not yet been identified, this information may be required at a later date. Scottish

Government reserves the right to request this information from relevant parties upon whom the main bidder will not rely to fulfil selection

criteria.

4C.10 Bidders will be required to confirm whether they intend to sub-contract and if so, for what proportion of the contract.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20837. For more information see:

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

(SC Ref:707470)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court and Justice of the Peace Court

27 Chambers Street

Edinburgh

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court


Section seven: Modifications to the contract/concession

seven.1) Description of the procurement after the modifications

seven.1.1) Main CPV code

  • 73110000 - Research services

seven.1.3) Place of performance

NUTS code
  • UKM - Scotland

seven.1.4) Description of the procurement:

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

seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

6

seven.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession:

£110,000

seven.1.7) Name and address of the contractor/concessionaire

Picker Institute Europe

Buxton Court, 3 West Way

Oxford

OX2 0JB

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor/concessionaire is an SME

No

seven.2) Information about modifications

seven.2.1) Description of the modifications

Nature and extent of the modifications (with indication of possible earlier changes to the contract):

The name of the successful company value and duration have all been modified.

seven.2.2) Reasons for modification

Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee.

Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:

Initial Award was erroneous awarded to incorrect company

seven.2.3) Increase in price

Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)

Value excluding VAT: £85,000

Total contract value after the modifications

Value excluding VAT: £110,000