Contract

Research Appraisal Evaluation and Delivery Framework - Lot 2 Appraisal and Evaluation

  • Highlands and Islands Enterprise

F03: Contract award notice

Notice identifier: 2022/S 000-027940

Procurement identifier (OCID): ocds-h6vhtk-03039b

Published 5 October 2022, 10:55am



Section one: Contracting authority

one.1) Name and addresses

Highlands and Islands Enterprise

An Lòchran, 10 Inverness Campus

Inverness

IV2 5NA

Email

hieprocurement@hient.co.uk

Telephone

+44 1463245245

Country

United Kingdom

NUTS code

UKM6 - Highlands and Islands

National registration number

313

Internet address(es)

Main address

http://www.hie.co.uk

Buyer's address

http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00313

one.4) Type of the contracting authority

Regional or local Agency/Office

one.5) Main activity

Economic and financial affairs


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Research Appraisal Evaluation and Delivery Framework - Lot 2 Appraisal and Evaluation

Reference number

FTS 012

two.1.2) Main CPV code

  • 79300000 - Market and economic research; polling and statistics

two.1.3) Type of contract

Services

two.1.4) Short description

THIS IS A CONTRACT AWARD NOTICE AND AS SUCH THE PROCUREMENT PROCESS IS COMPLETE.

The Research, Appraisal, Evaluation and Delivery (RAED) Frameworks were procured in 3 Lots:

Lot 1 Strategic and Operational Planning/Delivery Support

Lot 2 Appraisal and Evaluation

Lot 3 Research

These Frameworks offer HIE staff an efficient, cost-effective, and streamlined approach for procuring external support and expertise to assist in the assessment and delivery of projects, to provide development support, and to provide robust and impartial research and evaluation evidence to support resource allocation and policy development.

This Contact Notice relates to Lot 2.

See Scope of Requirements for full details.

The Frameworks commenced on 26th September 2022 and will be for an initial 3 year period to 25th September 2025, unless terminated in accordance with the provisions of the Framework. HIE have the option to extend for a period or periods together not exceeding 1 year following the Initial Term with the 4 year expiry date being 25th September 2026.

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: £1,080,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 79310000 - Market research services
  • 79311400 - Economic research services
  • 79311410 - Economic impact assessment
  • 72221000 - Business analysis consultancy services
  • 79314000 - Feasibility study
  • 79330000 - Statistical services
  • 79400000 - Business and management consultancy and related services
  • 79411100 - Business development consultancy services
  • 79419000 - Evaluation consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM6 - Highlands and Islands

two.2.4) Description of the procurement

This Lot will primarily focus on internal project appraisal (pre and post approval), assessing the impacts of HIE’s project and programme interventions and bespoke impact/analysis commissions in response to exogeneous shocks. Commissions awarded under this proposed Lot will be varied and dependent on organisational demand and wider economic context:

- Impact Assessment

- Feasibility studies and options appraisal

- Wider impact assessment and analysis

- Evaluation and review

The budget currently available for the initial 3 year period is GBP 810 000 (excluding VAT).

This Framework will be non-exclusive i.e. HIE reserves the right, in certain circumstances, to procure out with the Framework as and when required.

This Framework will also be available for call-off by HIE as well as any other Contracting Authority wholly or partly under the control of, or funded by HIE, at any point during the term of this Framework (subject to case-by-case approval by HIE).

two.2.5) Award criteria

Quality criterion - Name: Cyber Security / Weighting: Pass/Fail

Quality criterion - Name: Delivery Methodology / Weighting: 45%

Quality criterion - Name: Management Methodology / Weighting: 10%

Quality criterion - Name: Management & Delivery Team - Core Team / Weighting: 12.5%

Quality criterion - Name: Management & Delivery Team - Additional Resources / Weighting: 2.5%

Price - Weighting: 30%

two.2.11) Information about options

Options: Yes

Description of options

HIE reserves the right, on giving reasonable written notice from time to time, to require changes to the Services (whether by way of the removal of Services, the addition of new Services, or increasing or decreasing the Services or specifying the order in which the Services are to be performed or the locations where the Services are to be provided). HIE shall not require any such change other than where it is permitted by Regulation 72 of the Public Contracts (Scotland) Regulations 2015.

In accordance with Regulation 72(1)(a) of the Public Contracts (Scotland) Regulations 2015, HIE reserves the right to make changes to the volume, scope or location of the Services to be supplied under the Framework following a review of the Services by HIE, particularly with regard to demand and budgetary availability or where HIE’s strategic focus changes as a result of changes in Scottish Government policy or as a result of a direction given by the Scottish Government.

Where HIE determines (at our sole discretion) that demand under one or more Lots is lower than expected, HIE reserves the right to re-allocate the budget for that Lot to one or more of the other Lots, subject to the maximum total budget of GBP 3 560 000.

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.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

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 000-008005


Section five. Award of contract

Contract No

FTS0012

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 September 2022

five.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 8

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

Number of tenders received from tenderers from non-EU Member States: 11

Number of tenders received by electronic means: 11

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

DWS Associates Limited

21 Argyll Square,

OBAN

PA34 4AT

Country

United Kingdom

NUTS code
  • UKM - Scotland
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Cambridge Economic Associates Limited

16 Tenison Avenue,

CAMBRIDGE

CB1 2DY

Country

United Kingdom

NUTS code
  • UKH12 - Cambridgeshire CC
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

EKOS Limited

St George's Studios, 93-97 St George's Road,

GLASGOW

G3 6JA

Country

United Kingdom

NUTS code
  • UKM82 - Glasgow City
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Frontline Consultants Limited

11 Academy Street,

COATBRIDGE

ML5 3AW

Country

United Kingdom

NUTS code
  • UKM84 - North Lanarkshire
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

EKOS Consulting (UK) Limited t/a ekosgen

Fourth Floor, 137 Sauchiehall Street,

GLASGOW

G2 3EW

Country

United Kingdom

NUTS code
  • UKM82 - Glasgow City
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

SQW Limited

Oxford Centre For Innovation, New Road,

OXFORD

OX1 1BY

Country

United Kingdom

NUTS code
  • UKJ14 - Oxfordshire
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

RSM UK Consulting LLP

6th Floor 25 Farringdon Street,

LONDON

EC4A 4AB

Country

United Kingdom

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

No

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

Total value of the contract/lot: £1,080,000


Section six. Complementary information

six.3) Additional information

It is estimated that the total value of the services over the maximum duration of 4 years will be GBP 1 080 000 (ex VAT). This is the figure which has been used in II.1.7 & V.2.4.

(SC Ref:708076)

six.4) Procedures for review

six.4.1) Review body

Inverness Sheriff Court and Justice of the Peace Court

The Inverness Justice Centre, Longman Road

Inverness

IV1 1AH

Email

inverness@scotcourts.gov.uk

Telephone

+44 1463230782

Country

United Kingdom

Internet address

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

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014 , may bring proceedings in the Sheriff Court or the Court of Session.