Opportunity

Provision of a Student Income and Expenditure Survey (SIES) 2023/24

  • Scottish Government

F02: Contract notice

Notice reference: 2022/S 000-028147

Published 6 October 2022, 4:25pm



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

4 Atlantic Quay, 70 York St

Glasgow

G2 8EA

Email

Geri.Bradley@gov.scot

Telephone

+44 7917497741

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.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

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/

Tenders or requests to participate must be submitted to the above-mentioned address

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/

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

Provision of a Student Income and Expenditure Survey (SIES) 2023/24

Reference number

567857

two.1.2) Main CPV code

  • 73110000 - Research services

two.1.3) Type of contract

Services

two.1.4) Short description

The Scottish Government Ministers are committed to delivering a Student Income and Expenditure Survey (SIES) for Scotland with an external service provider

two.1.5) Estimated total value

Value excluding VAT: £160,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Scotland

two.2.4) Description of the procurement

The Scottish Government Ministers are committed to delivering a Student Income and Expenditure Survey (SIES) for Scotland with an external service provider

The Purpose of this procurement is to fill this evidence gap in the short to medium term and deliver the PfG commitment made in 2020/21 by commissioning a high-level SIES for Further Education and Higher Education Students in Scotland for academic year 2023/24.

The main aims of the Scottish SIES are to provide:

A high level picture of, and evidence on, student income, expenditure and debt for FE and HE students in Scotland in AY 2023/24 - the last SIES for Scotland were in 2004/05 and 2007/08.

An insight into student’s experiences of finance and financial support, and their experiences of current financial support policies available to them.

Evidence on the financial experiences of particular student populations when studying for an FE or HE course in Scotland to inform the delivery and development of policy.

Evidence on the impact of finance on student’s experiences of FE and HE in Scotland.

Cyber security Please note there are minimum requirements concerning Cyber Security for this contract. Tenderers

will be required to complete an online Supplier Assurance Questionnaire (SAQ) using the Cyber Security Procurement Support Tool (CSPST). 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. The unique identifier for this purpose is: RAR-8N9B8AA8. Further details are set out in the procurement documents. A contract condition for this procurement requires the Tenderer to comply with the minimum security requirements. NOTE that we are asking for Cyber Essentials as a minimum standard in the SAQ or equivalent. Please include a copy of your certification. Tenderers should append a copy of the outcome of their SAQ to their tender submission.

two.2.5) Award criteria

Quality criterion - Name: Understanding of the Requirement / Weighting: 10

Quality criterion - Name: Research Design and Methodology / Weighting: 20

Quality criterion - Name: Analysis and Outputs / Weighting: 15

Quality criterion - Name: Ethical Sensitivities / Weighting: 10

Quality criterion - Name: Staff Skills and Task Allocation / Weighting: 15

Quality criterion - Name: Project Management and Risk Assessment / Weighting: 10

Quality criterion - Name: Cyber Information Management / Weighting: 10

Quality criterion - Name: Fair Work Practices / Weighting: 5

Quality criterion - Name: Community Benefits / Weighting: 5

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £160,000

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

Start date

1 February 2023

End date

30 April 2024

This contract is subject to renewal

Yes

Description of renewals

Following the end of the initial 15 month term, the Contract may be extended by a period of up to 6 months.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Statement 4A Professional or Trade Registers enrolment

Bidders must demonstrate their enrolment/membership in: Social research Association and or Market Research Society either 1 will suffice

Statement 4A Service Contracts

Bidders must demonstrate examples of relevant experience in last 3 years

three.1.2) Economic and financial standing

List and brief description of selection criteria

Statement for 4B Economic and Financial Standing

Bidders must demonstrate a Current Ratio of no less than 1.0.

Current Ratio will be calculated as follows:

net current assets divided by net 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

Bidders must have in place the minimum insurance level:

Employers Liability Insurance in accordance with any legal obligation at the time being in force

Professional Indemnity Insurance 2,000,000 GBP

Public Liability Insurance Liability Insurance 5,000,000 GBP

Such insurances must be maintained for the duration of the Contract and for a minimum of 5 years following the expiry or termination of

the Contract as appropriate

three.1.3) Technical and professional ability

List and brief description of selection criteria

Statement for 4C Technical and Professional ability for Service Contracts

Bidders must demonstrate examples of relevant experience in last 3 years.

Statement for 4C Technicians and Technical Bodies - Quality assurance and Processes

Bidders must provide details of lead contact for quality assurance

Statement for 4C Environmental Management

Bidders must observe - No Travel, electronic copies and hybrid working.

Statement for 4D Quality Assurance Schemes

Bidders must demonstrate their designated Quality Assurance and Lead Contact.

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

Tenderers must demonstrate their membership of either Social research Association and or Market Research Society

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.2.2) Time limit for receipt of tenders or requests to participate

Date

8 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

8 November 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

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.

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.

Tenderers who do not pass these questions will not be subject to Commercial Analysis. As a result the tender will not be considered further.

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 22243. 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 22243. 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:

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:

Graduate, Apprenticeships work placements and/or Trainee placements

Supplier engagement with schools, colleges and/or universities

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.

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.

(SC Ref:706051)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court and Justice of the Peace Court

27 Chalmers Street

Edinburgh

EH1 1LB

Country

United Kingdom