Section one: Contracting authority
one.1) Name and addresses
Scottish Government
4 Atlantic Quay, 70 York St
Glasgow
G2 8EA
Contact
Jenny Lochhead
Telephone
+44 131247556
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/
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