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
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
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
www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Digital Training Package for Inspectors of Burial, Cremation and Funeral Directors
Reference number
Case/662523
two.1.2) Main CPV code
- 80000000 - Education and training services
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Government intends to commission the development of a package of digital training materials for Inspectors of Burial, Cremation and Funeral Directors.
two.1.5) Estimated total value
Value excluding VAT: £100,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48931000 - Training software package
- 72212931 - Training software development services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The Scottish Government requires the development of a package of digital training materials for Inspectors.
Knowledge of developing digital educational training materials is essential. Officials, current Inspectors, and stakeholders will feed into the development of the content of the training materials, therefore specific experience and knowledge of the funeral sector is not essential. The Supplier will be required to work with these persons.
The content of the training package will need to include the following.
- Components and workings of the funeral sector (including burial authorities, cremation authorities, and funeral directors), including
representative organisations
- Overviews and explanations of relevant legislation (in particular the Burial and Cremation (Scotland) Act 2016), regulations, codes of
practice, and guidance
- Policies and procedures related to carrying out inspector functions, as stated in relevant legislation
- Responsibilities, processes and policies associated with being a Ministerial Appointee
- Roles and responsibilities of Scottish Government officials who will support Inspectors, and Inspectors’ responsibilities towards those officials.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £100,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
18 March 2024
End date
17 March 2026
This contract is subject to renewal
Yes
Description of renewals
Optional 12 month extension, 18 March 2026 to 17 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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Within the SPD, Scottish Government will ask the following criteria. Please provide a response if applicable to your organisation.
Professional or Trade Registers enrolment
Authorisation/Membership to perform services
three.1.2) Economic and financial standing
List and brief description of selection criteria
Within the SPD, Scottish Government will ask the following criteria on economic and financial standing. Please respond with the appropriate information.
Bidders will be required to state the value(s) for the following financial ratio(s).
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.
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below.
Minimum level(s) of standards possibly required
Financial Ratio - Bidders must demonstrate a Current Ratio of no less than 0.9.
Employer’s (Compulsory) Liability Insurance = in accordance with any legal obligation for the time being in force.
Public Liability Insurance = 1,000,000 GBP
Professional Risk Indemnity Insurance = 1,000,000 GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
Within the SPD, Scottish Government will ask the following criteria.
Supply Chain Management/Tracking Systems Used (MANDATORY)
Checks by Public Body/Official Body on Production Capacities/Technical Capacity
Educational and Professional Qualifications
Environmental Management Measures(MANDATORY)
Proportion (%) to be Sub-Contracted
Bidders will be required to confirm whether they intend to sub-contract and if so, for what proportion of the contract.
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.
If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:
a) their standard payment terms
b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.
If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.
Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to:
- a completed copy of the Bidder ‘relevant contract’ Climate Change Plan Template, including planned projects and actions to reduce the bidder’s carbon emissions. This does not need to contain calculated carbon emissions.
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: 2023/S 000-028568
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 November 2023
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 2023
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
List and brief description of conditions:
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
SPD will be scored on a pass/fail basis.
Bidders must complete the SPD to demonstrate adherence to the Exclusion and Selection Criteria for this procurement.
The contract award criteria will be Quality 70% Price 30%. Question Scoring Methodology for Award Criteria is outlined in the 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 52164. 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:
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
(SC Ref:746792)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
Edinburgh
Country
United Kingdom