Section one: Contracting authority
one.1) Name and addresses
Scottish Government
4 Atlantic Quay, 70 York St
Glasgow
G2 8EA
Telephone
+44 7872612985
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
Promise Partnership Fund Management Services
two.1.2) Main CPV code
- 79400000 - Business and management consultancy and related services
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Government is seeking a suitably qualified and experienced Supplier to undertake the administration of the “Promise Partnership Fund” (the Fund) - a grant fund to deliver change in line with Scotland’s commitment to creating capacity in the ‘care system‘ to #KeepThePromise and provide holistic whole family support. The annual Fund value is 4 million GBP.
The Contract will cover the administration of a 3 year funding period of April 2022 to March 2025 and associated pre and post-funding activities as outlined in the scope element of the specification. The Contract will cover the administrative functions also set out in the scope element of the specification, working in partnership with the Promise Scotland, to develop and evolve the fund in line with the implementation of The Promise and alongside the Scottish Government who will retain overall management of the Fund.
two.1.5) Estimated total value
Value excluding VAT: £750,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79400000 - Business and management consultancy and related 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 fund Administrator will be required to manage and market the fund (value of circa 4 million GBP per annum) and work proactively to ensure applications for funding are received.
- The fund Administrator will work proactively to support interest in the fund while the fund is open, including, and not limited to, running information sessions.
- The fund Administrator will form a good working relationship with The Promise Scotland to ensure a knowledgeable understanding of the intricacies, priorities and gaps in terms of the progress of the implementation of The Promise.
- The fund Administrator will work with The Promise Scotland, a care experienced decision making panel and the Scottish Government to develop the criteria for funding. They will ensure a fair assessment of applications against the criteria and ensure alignment with The Promise.
- The fund Administrator will create a governance structure to support the decisions surrounding the creation and scope of the fund and grant awards, ensuring the right level of expertise and the voice of people with care experience. This may include an expert advisory group and must include a care experiences decision making panel and will be agreed by the Scottish Government.
- As part of this structure, the fund Administrator will create and support a care experienced decision making panel solely comprised of people and/or family members with experience of the ‘care system’.
- The fund Administrator will fully support a care experienced decision making panel to assess bids for funding and approve them, as appropriate, according to the agreed Fund criteria, and objectives of the fund and to be supported by people with a good knowledge of the ‘care system’.
- The fund Administrator will provide funding to projects in a secure and timely manner to ensure projects can proceed;
- The fund Administrator will work in collaboration with projects that receive funding to monitor progress and make connections across projects to support good practice in delivering objectives and ensure appropriate use of fund monies to support the implementation of The Promise and create the capacity required within organisations to make the required transformational change.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Quality criterion - Name: cost / Weighting: 30
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £750,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
This contract would be renewed by carrying out a new procurement exercise.
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
Statement for 4B.4
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 required:
Bidders must have in place the following minimum insurance levels:
- Public Liability Insurance - 5,000,000 GBP
- Professional Indemnity Insurance - 2,000,000 GBP
- Employer’s 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
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
Date
17 January 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
Tender must be valid until: 15 July 2022
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.
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
questions 2C.1.1 (Technicians) and 2D.1.2 (Subcontractors) on PCS-T. These parties must complete the first three sections of the SPD
form, as well as any part of the section 4 selection criteria that the main bidder will rely upon the parties to fulfil. If parties have not yet been identified, this information may be required at a later
date. Scottish Government reserves the right to request this information from relevant parties upon whom the
main bidder will not rely to fulfil selection criteria.
4C.10 Bidders will be required to confirm whether they intend to sub-contract and if so, for what proportion of the contract.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20217. 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/
A summary of the expected community benefits has been provided as follows:
The Community Benefit proposed for this contract should be provided specifically if successful in this tender process and should not be a Community Benefit which is already being undertaken by the organisation. Examples of Community Benefits include:
Graduate, Apprentice, work placements and/or trainee placements
Supplier engagement with schools, colleges and/or universities
-Holding educational and raising awareness events for the community
-Professional advice, mentoring and support provided to the community
- Providing funding for new community facilities
- Support and development opportunities delivered to young people
-Opening up sub-contracting opportunities to SME’s and third sector organisations
-Monetary value of contributions to community activities
A summary of the expected community benefits has been provided as follows:
Community benefits have been considered and are not directly related to the type of services required, although the overarching application of the Promise Partnership Fund aims to make an impact in this regard.
However, the standard information on the Scottish Government approach to community benefits will be inserted into the ITT and bidders will be asked to outline their approach to community benefits as a non-scored response. If successful, the winning bidder will be required to discuss the content of their community benefit proposal and agree a plan for the delivery of the agreed community benefits which will become a condition of the contract.
(SC Ref:675415)
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