Opportunity

Provision of Tech Scalers

  • Scottish Government

F02: Contract notice

Notice reference: 2021/S 000-028807

Published 18 November 2021, 12:44pm



The closing date and time has been changed to:

24 January 2022, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Scottish Government

4 Atlantic Quay, 70 York St

Glasgow

G2 8EA

Contact

Jenny Lochhead

Email

jenny.lochead@gov.scot

Telephone

+44 131247556

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/

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 Tech Scalers

Reference number

CASE/534846

two.1.2) Main CPV code

  • 80510000 - Specialist training services

two.1.3) Type of contract

Services

two.1.4) Short description

The Scottish Government is seeking a suitably qualified and experienced supplier (thereinafter the Service Provider) with a proven track record in helping technology start-ups and scale-ups to learn, grow and achieve their ambitions. The Service Provider will undertake the administration and management of a national network of tech-scalers – new economic infrastructure to provide technology start-ups and scale-ups with the community environment, networks, support and education they need to grow.

two.1.5) Estimated total value

Value excluding VAT: £42,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 80520000 - Training facilities
  • 72222300 - Information technology services

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 objectives of this contract are to:

- Contribute, over time, to a sustained increase in the rate of profitable, scaled technology businesses generated by the Scottish tech ecosystem.

- Create, for the first time, a truly world-class national infrastructure to co-locate, educate and scale technology companies.

- Provide technology companies with free access to first-rate commercial education in internet economy growth techniques and related disciplines.

- Provide technology companies with access to high-quality, long-term, flexible and affordable incubation space.

- Support the creation of a world class community and market square environment; facilitating collaboration, networking and the exchange of ideas.

- Provide full virtual access to commercial education and community events for technology companies unable to physically co-locate.

- Provide a clear focal point for the Scottish tech ecosystem and to create a scaled, expert partner to collaborate with the broader STER programme to establish Scotland as a first rate European tech hub.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 80%

Quality criterion - Name: Commercial / Weighting: 20%

Price - Weighting: 20%

two.2.6) Estimated value

Value excluding VAT: £42,000,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

2 optional extensions of 12 months each

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

List and brief description of selection criteria:

Statement for 4B.4

Bidders must demonstrate a Current Ratio of no less than 0.8

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.

Bidders must have in place the following minimum insurance levels:

public liability insurance in the sum of not less than five million pounds (5,000,000GBP).

professional indemnity insurance in the sum of not less than two million pounds (2,000,000GBP); and

employer’s liability insurance in the sum of not less than five million pounds (5,000,000GBP) force.

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.

Minimum level(s) of standards possibly required

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

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

Originally published as:

Date

17 January 2022

Local time

12:00pm

Changed to:

Date

24 January 2022

Local time

12:00pm

See the change notice.

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

17 January 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.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20042. 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 following community benefit objectives will be evaluated as part of the tender process, the successful service provider will be expected to present a community benefit proposal with their tender detailing how, in the event that they should be successful in winning the contract, they will address Community Benefits.

The tenderer must provide a Community Benefits proposal that is relevant to the subject matter of this contract and supports the Scottish Ministers’ commitment to contributing to the social, economic & environmental well-being of the people of Scotland, as described in the specification.

Tenderers should not provide details of any existing initiatives they already undertake as part of their day-to-day business and the community benefits proposed must be generated specifically for and as a result of this contract, detailing how you will address the following Community Benefit themes:

- Encouraging participating companies to support local school Computing Science departments and extra-curricular coding clubs;

- Facilitating the creation of effective industry partnerships with schools to give computing science pupils, undergraduates and recent graduates access to work experience and/or internships;

- Supporting the work of the Scottish Government and its agencies to improve the participation of women in the study of computing science;

- Supporting and/or leading work to increase the number of companies founded by people with protected characteristics;

- Contributing to the work of the university and college sectors to develop a higher rate of successful technology businesses led by staff and students; and

- Encouraging participating companies to engage with the development of relevant apprenticeship frameworks.

(SC Ref:673104)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court and Justice of the Peace Court

27 Chambers Street

Edinburgh

EH1 1LB

Telephone

+44 1312252525

Country

United Kingdom

Internet address

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