Tender

Progress in Reading Literacy Study (PIRLS) 2026

  • Scottish Government

F02: Contract notice

Notice identifier: 2023/S 000-033644

Procurement identifier (OCID): ocds-h6vhtk-03f5e0

Published 14 November 2023, 2:51pm



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

4 Atlantic Quay, 70 York St

Glasgow

G2 8EA

Contact

Jan Gillon

Email

jan.gillon@gov.scot

Telephone

+44 1412420133

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/web/login.html

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/web/login.html

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

Progress in Reading Literacy Study (PIRLS) 2026

Reference number

664928

two.1.2) Main CPV code

  • 73000000 - Research and development services and related consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The Scottish Government has a requirement to place a contract with an external service provider for the provision of research and evaluation services in relation to a Progress in Reading Literacy Study (PIRLS)2026. The contract is anticipated to start in February 2023 and end in March 2027.

two.1.5) Estimated total value

Value excluding VAT: £700,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 73110000 - Research services
  • 73200000 - Research and development consultancy services
  • 73100000 - Research and experimental development services
  • 73210000 - Research consultancy services
  • 73300000 - Design and execution of research and development

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The Scottish Government has a requirement to place a contract with an external service provider for the provision of IEA Progress in Reading Literacy Study (PIRLS) 2026. The Progress in International Reading Literacy Study (PIRLS) is an international comparative study directed by the International Association for the Evaluation of Educational Achievement (IEA). The aim of PIRLS is to assess and compare the reading performance of pupils across at approximately 9 to 10 years of age. The assessment is undertaken using a reading literacy test completed by pupils and a questionnaire completed by pupils’ teachers, headteachers, and parents/guardians. The development work for PIRLS 2026 will be carried out by the IEA International Study Center (ISC) at Boston College, USA. However, for each study, each participating country is expected to provide a National Research Coordinator (NRC) to help review test material, to carry out the fieldwork in their own countries to standards specified by the International Study Centre (ISC), and to produce an encyclopaedia article which describes education policy and practice in their country. The Supplier will be required to conduct the fieldwork and undertake NRC duties.

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: CYBER SECURITY / Weighting: 10%

Quality criterion - Name: CLIMATE EMERGENCY / Weighting: 1%

Quality criterion - Name: COMMUNITY BENEFITS / Weighting: 2%

Quality criterion - Name: FAIR WORK FIRST / Weighting: 5%

Quality criterion - Name: BUSINESS CONTINUITY AND DISASTER RECOVERY (BCDR) / Weighting: 2%

Price - Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £700,000

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

Duration in months

37

This contract is subject to renewal

Yes

Description of renewals

Optional 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

two.2.14) Additional information

Estimated award of contract February 2024.


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:

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: 2023/S 000-024617

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

Date

15 December 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

15 December 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

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.

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 PCS-Tender to conduct this ITT exercise. The Project code is XXXXXX. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 52760. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:750136)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court and Justice of the Peace Court

27 Chambers Street

Edinburgh

EH11LB

Country

United Kingdom

Internet address

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