Section one: Contracting authority
one.1) Name and addresses
Scottish Government
4 Atlantic Quay, 70 York St
Glasgow
G2 8EA
Contact
Jonathan Nicolson
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Trends in International Mathematics and Science Study
Reference number
737511
two.1.2) Main CPV code
- 73110000 - Research services
two.1.3) Type of contract
Services
two.1.4) Short description
The International Association for the Evaluation of Educational Achievement (IEA) is preparing for the Trends in International Mathematics and Science Study (TIMSS) 2027, which will mark the ninth cycle of this international assessment. TIMSS, conducted every four years since its inception in 1995, provides invaluable trend data on pupils' mathematics and science achievements, as well as contextual information about their learning experiences.
Scotland has confirmed its participation in TIMSS 2027. The TIMSS International Study Centre (ISC) at Boston College, USA, will serve as the international study centre for this cycle, working closely with the IEA and the National Study Centres of participating countries to ensure the study's success. Each participating country is responsible for appointing a National Research Coordinator (NRC). The NRC plays a crucial role in ensuring the success of the study within their country by working closely with the ISC and adhering to its guidelines.
This Scottish Government wish to appoint a suitably qualified institution or organisation to undertake the responsibilities of the NRC and conduct the required fieldwork for TIMSS 2027 in Scotland.
two.1.5) Estimated total value
Value excluding VAT: £830,000
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
two.2.4) Description of the procurement
The specific aims of the work will be to:
Act as National Research Coordinator (NRC) for Scotland: Serve as the primary liaison between Scotland and the TIMSS International Study Centre (ISC) at Boston College, IEA Amsterdam, IEA Hamburg, and RTI International.
Participate in International NRC Meetings: Engage in international NRC meetings conducted in English to collaborate on study protocols and procedures.
Prepare and Administer TIMSS 2027 Assessments for P5 and S2: Ensure that the TIMSS 2027 study instruments are prepared and administered according to IEA specifications and strict operational and response rate requirements, while aligning with Scottish Government research guidelines.
Manage Sampling, Data Collection, and Data Processing: Oversee the sampling, data collection, coding, and data cleansing processes for TIMSS 2027 in Scotland.
Provide Cleaned Data Sets: Deliver cleaned electronic data sets from TIMSS 2027 field trials and main studies to the ISC and the Scottish Government.
Contribute to the TIMSS 2027 Encyclopaedia: Prepare and submit a country chapter detailing Scotland’s educational context and practices.
Submit Reports to the Scottish Government: Provide one report on the TIMSS 2027 field trials and one on the main studies to the Scottish Government.
The contract does not include delivering Scotland’s national report as this will either be prepared by Scottish Government or commissioned to a service provider under a separate contract at a later date.
Tenderers are encouraged to propose cost-effective solutions that optimise the the available budget, focusing on efficient management of expenses, overheads, and profit to ensure successful delivery. While bids should generally align with this budget, some flexibility is expected where necessary, and the Scottish Government reserves the right to clarify any aspects of a price proposal.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery and Approach / Weighting: 30%
Quality criterion - Name: Project and Quality Management / Weighting: 20%
Quality criterion - Name: Staff, Skills and Resource / Weighting: 30%
Quality criterion - Name: Climate Emergency / Weighting: 5%
Quality criterion - Name: Community Benefits / Weighting: 5%
Quality criterion - Name: Fair Work First / Weighting: 5%
Quality criterion - Name: Business Continuity and Disaster Recovery / Weighting: 5%
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £830,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
30 January 2025
End date
31 March 2028
This contract is subject to renewal
Yes
Description of renewals
3 month no cost extension period.
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
SPD 4B.4 - Bidders must demonstrate a Current Ratio of no less than 0.5 in each of the last two financial years. Current Ratio will be calculated as follows:
Total current assets divided by Total current liabilities.
There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.
SPD 4B.5 -The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:
Professional Risk Indemnity: in the sum of not less than Five Million (5m) GBP.
Employer's (Compulsory) Liability: in accordance with any legal obligation for the time being in force but in any event in the sum of not less than Five million(5m) GBP.
Public Liability: in the sum of not less than 5 Million(5m) GBP.
Such insurance must be maintained for the duration of the Contract and for a minimum of 5 years following the expiry or termination of the Contract.
three.1.3) Technical and professional ability
List and brief description of selection criteria
SPD 4C.4 - Bidders must provide a statement of the relevant supply chain management and/or tracking systems used.
SPD 4C.7 - 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.
SPD 4C.10 - Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-031412
four.2.2) Time limit for receipt of tenders or requests to participate
Date
19 November 2024
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: 19 May 2025
four.2.7) Conditions for opening of tenders
Date
19 November 2024
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 Reasonable. 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 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 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 question 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.
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:
As detailed within Schedule 1 (Specification).
The buyer is using Public Contracts Scotland -Tender to conduct this ITT exercise. The Project code is 27776. The ITT code is 56798
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27776. 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 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.
Good answers will demonstrate to evaluators that the tenderer has a comprehensive understanding of the subject matter of this contract and how the proposed benefits will reflect the national outcomes described in the Specification.
Proposals can be innovative but must be tangible and measurable, so that they can be monitored and reported throughout the contract. Proposed initiatives could include hosting free workshops schools on educational research topics, offering work experience opportunities for pupils, and providing access to teacher training materials.
(SC Ref:780429)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
27 Chamber Street
Edinburgh
EH11LB
Country
United Kingdom