Section one: Contracting authority
one.1) Name and addresses
Highlands and Islands Enterprise
An Lòchran, 10 Inverness Campus
Inverness
IV2 5NA
Telephone
+44 1463245245
Country
United Kingdom
NUTS code
UKM6 - Highlands and Islands
National registration number
313
Internet address(es)
Main address
Buyer's address
http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00313
one.1) Name and addresses
South of Scotland Enterprise Agency
Carmont House, The Crichton, Bankend Road
Dumfries
DG1 4TA
Telephone
+44 1750535901
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.southofscotlandenterprise.com
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30448
one.2) Information about joint procurement
The contract involves joint procurement
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 3 Research
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 is for Lot 3 which relates to the delivery of research services for HIE and SOSE. For both agencies research requirements will be extremely varied, aimed primarily, but not exclusively, at influencing or informing strategy and policy development within the agencies and across the wider public sector.
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: £3,200,000
two.2) Description
two.2.2) Additional CPV code(s)
- 79310000 - Market research services
- 79311100 - Survey design services
- 79311200 - Survey conduction services
- 79311210 - Telephone survey services
- 79311000 - Survey services
- 79311300 - Survey analysis services
- 79311400 - Economic research services
- 79315000 - Social research services
- 79330000 - Statistical services
- 79342311 - Customer satisfaction survey
- 73110000 - Research services
- 73210000 - Research consultancy services
- 79342310 - Customer survey services
two.2.3) Place of performance
NUTS codes
- UKM6 - Highlands and Islands
two.2.4) Description of the procurement
Commissions for this Lot will typically involve a mix of primary (both quantitative and qualitative), secondary and tertiary research. The nature of individual assignments will be tailored to reflect the purpose of each research commission and will include, but not be limited to socio-economic research, panel research, sectoral research, scenario planning, customer research and economic intelligence. Studies may include some element of partnership working and may be sub-regional, regional, national or international in coverage. Target audiences will include businesses, social enterprises, community groups, community residents and public sector partners.
The budget currently available for the initial 3 year period is GBP 2 400 000 (excluding VAT).
This Framework will be available for call-off by HIE and SOSE as well as any other Contracting Authority wholly or partly under the control of, or funded by HIE or SOSE, at any point during the term of this Framework (subject to case-by-case approval by HIE). Other organisations entitled to benefit from the framework will enter into a direct framework agreement with the successful suppliers on the same terms and conditions as those applying between HIE and the suppliers.
The Framework will be non-exclusive i.e., HIE and SOSE reserve the right, in certain circumstances, to procure outwith the Framework, as and when required.
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: 12.5%
Quality criterion - Name: Management & Delivery Team - Core Team / Weighting: 10%
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 000-008006
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
29 September 2022
five.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 7
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 10
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Ipsos (Market Research) Limited
CFO-IPSOS MORI, 3 Thomas More Square,
LONDON
E1W 1YW
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
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
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
The Diffley Partnership Limited
13 Rutland Street,
EDINBURGH
EH1 2AE
Country
United Kingdom
NUTS code
- UKM75 - Edinburgh, City of
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
- UKI - London
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £3,200,000
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 3 200 000 (excluding VAT). This figure has been used in II.1.7 & V.2.4.
(SC Ref:708077)
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
Telephone
+44 1463230782
Country
United Kingdom
Internet address
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.