Section one: Contracting authority
one.1) Name and addresses
Scottish Government
4 Atlantic Quay, 70 York St
Glasgow
G2 8EA
Telephone
+44 1412420133
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
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/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/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/web/login.html
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
Business Support for the Third Sector
Reference number
Case 582940
two.1.2) Main CPV code
- 79411100 - Business development consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Government is seeking a service provider to work with them to market and deliver start-up, business support, and leadership development services to the enterprising third sector in Scotland.
two.1.5) Estimated total value
Value excluding VAT: £4,720,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 66171000 - Financial consultancy services
- 79632000 - Personnel-training services
- 79900000 - Miscellaneous business and business-related services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The Scottish Government has a requirement to place a contract with an external service provider for the provision of tailored Business Support to the Third Sector. The Scottish Government is seeking a supplier to work with them to market and deliver start-up, business support, and leadership development services to the enterprising third sector in Scotland.
The Service Provider must deliver the following components to service recipients through the contract:
- Start-up support which considers a range of potential business models, and makes effective referrals if social enterprise models are not the most appropriate based on sound legal understanding of each business model.
- Support for organisations post start-up moving to trading and becoming established enterprises
- Business skills and competencies, for example, strategy and business planning and income generation
- Planning for growth and achieving financial sustainability
- Leadership training, coaching and development
- Business recovery and resilience, with early intervention where possible
- Pre-investment support, financial planning and an independent brokerage service to assist the enterprising third sector to access the most appropriate social investment products across a spectrum of levels of investment
- Procurement and technical tendering support to both individuals and consortia (tender training and development, bid writing, bid review) with effective signposting to existing resources like the Supplier Development Programme
- Support for marketing/communications and digital/online services and ecommerce with effective signposting to existing resources such as Digital Boost
- Sector-specific support for just transition to Net Zero
- Raising awareness of the service across equality and diversity groups and capacity building and pipeline support for ethnic minority and disabled social entrepreneurs, working with specialist partners where necessary, and in a way that is mainstreamed across all service areas.
- Support for the sector to enhance its impact reporting of and approach to equality and diversity including effective equality data collection and monitoring
- Social impact measurement advice with a focus on smaller organisations, providing one to one support for the enterprising third sector to improve their impact measurement practice based on available tools and methods, ensuring a balanced approach to demonstrating value
- International awareness raising and capacity building to identify and unlock the potential of the enterprising third sector to trade internationally prior to referral to Scottish Development International. This must interface with the work of the International Social Enterprise Observatory which acts as a hub for knowledge and best practice for social enterprise and seeks to make international connections. It must also cross-refer to Challenges who are funded by the Scottish Government to set up a pipeline of support for organisations looking to internationalise their social enterprise
- The new service provider will resource and initiate a series of knowledge exchanges in partnership with social enterprise delivery partners and mainstream business support agencies as part of its stakeholder relations, service promotion, horizon scanning and staff development
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £4,720,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
24 February 2023
End date
31 March 2026
This contract is subject to renewal
Yes
Description of renewals
The Purchaser may, by giving notice to the Service Provider, extend the period of the Contract to a date falling no later than 31 March 2027
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
Bidders must demonstrate a Current Ratio of no less than 1
Current Ratio will be calculated as follows:
Total current assets divided by Total current liabilities.
There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.
Minimum level(s) of standards possibly required
Public Liability (In the sum not less) 1 Million GBP
Professional Indemnity (in the sum not less) 1 Million GBP
Employers Liability (In the sum not less) 1 Million GBP
Such insurance must be maintained for the duration of the Contract and for a minimum of 5 years following the expiry or termination of the Contract.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Technical and Professional Ability - 4C.1.2 Experience and Examples- Tenderers must provide an overview and 1 examples which
demonstrate their experience in providing similar services.
4C.4 Supply Chain Management and Prompt Payment of subcontractors- Tenderers must provide a statement of the relevant supply chain management and/or tracking systems as detailed within the Single Procurement Document, of the Invitation to Tender document.
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 000-014834
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 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
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
14 November 2022
Local time
12:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Technical Assessment - Full details of the technical criteria detailed within Invitation to Tender.
Please note there are minimum requirements concerning Cyber Security for this contract. Tenderers will be required to complete an online Supplier Assurance Questionnaire using the Cyber Security Procurement Support Tool. A link to CSPST can be found here:
https://cyberassessment.gov.scot/
The questionnaire will be aligned to a Cyber Risk Profile that has been established for the contract, based on the Contracting Authority’s assessment of cyber risk.
Further details will be set out in the procurement documents. A contract condition for this procurement requires the Tenderer to comply with the minimum security requirements.
Tenderers must also confirm,
- they will pay staff that are involved in the delivery of the contract, at least the real Living Wage
- they will meet standards on payment of subcontractors
The estimated contract value includes the option for a potential 12 month extension.
The contract start date allows for a mobilisation period of 3 months (24 Feb - 23 May 23) where fully service delivery is required by 24 May 23.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22495. 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:
The service provider must set out what community benefits can be identified in the delivery of the contract. For example:
- Number of jobs that will be created to deliver the contract and number of jobs filled by those in a Priority Group;
- Number of Apprenticeships to be created to deliver the contract and number of Apprenticeships filled by Priority Groups;
- Number of work placements for school pupils, college and university students and number of work placements for Priority Groups and;
- Number of qualifications achieved through training by Priority Groups and number of qualifications achieved through training by other employees.
(SC Ref:708552)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
27 Chambers Street
Edinburgh
EH11LB
Country
United Kingdom