Section one: Contracting authority
one.1) Name and addresses
Scottish Government
4 Atlantic Quay, 70 York St
Glasgow
G2 8EA
Contact
Caitlin Fullarton
Telephone
+44 412425466
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
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
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
DFP-Workplace Needs Assessments & Coaching for Neurodivergent Employees
Reference number
700678
two.1.2) Main CPV code
- 85121270 - Psychiatrist or psychologist services
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Government (SG), on behalf of the Scottish Ministers, wishes to commission the procurement of occupational psychology services for SG employees. This will involve providing work-based needs assessments for neurodiverse individuals and strategy coaching for specific situations.
two.1.5) Estimated total value
Value excluding VAT: £600,000
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
Neurodiversity describes the way that people think, learn, perceive the world, interact, and process information differently. Different ways of thinking, learning, and interacting with others helps organisations thrive. Having a workforce that includes people with a variety of perspectives, backgrounds and experiences can improve creativity, innovation and problem solving.
It is estimated that 1 in 7 people (15%) have a neurodivergent condition. Therefore, potentially up to 1,500 SG employees have a neurodivergent condition and may need workplace support.
Our ambition as an employer is to be a diverse and inclusive organisation where everyone feels welcome and respected. Supporting neurodivergent individuals in the workplace is fundamental towards ensuring all employees feel welcome and respected. To support this ambition, the SG would like to establish a contracted supplier to provide work-based needs assessments and strategy coaching for neurodivergent individuals. This offers the SG an opportunity to not only boost engagement and productivity amongst our existing employees, but also ensuring new talent into the organisation are adequately supported.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further two 12-month periods at the sole discretion of the Scottish Government.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a further two 12-month periods at the sole discretion of the Scottish Government.
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
4A.1 - Professional or Trade Registers Enrolment
Bidders must be registered with the Health & Care Professions Council (HCPC).
By law, people must be registered with HCPC to work in the UK in a number of professions, including Occupational Psychologists.
three.1.2) Economic and financial standing
List and brief description of selection criteria
4B.4 -The bidder confirms the name, value and/or range of the financial ratios specified in the relevant Contract Notice.
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 in the relevant Contract Notice.
Minimum level(s) of standards possibly required
4B.4 - Bidders must demonstrate a Current Ratio of no less than 0.8. 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.
4B.5 - Professional Risk Indemnity Insurance - 5,000,000 GBP (A sum not less than)
Public Liability Insurance - 1,000,000 GBP (A sum not less than)
Employees Liability Insurance - in accordance with any legal obligation
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.4 - Provide a statement of the relevant supply chain management and/or tracking systems used.
4C.6 - 4C.6.1 - Provide evidence of professional qualifications held by the Service Provider and staff.
4C.7 - Provide details of the environmental management measures which the bidder will be able to use when performing the contract.
4C.10 - Provide details of the proportion (i.e. percentage) of the contract that you intend to subcontract: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
Minimum level(s) of standards possibly required
4C.4 - 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.
4C.6 - 4C.6.1 - Staff delivering the services MUST be a Chartered Occupational Psychologist. Proof of qualification will be requested from the successful Service Provider.
4C.7 - Production and submission of evidence of steps taken to build awareness of the climate emergency and consideration of how the organisation plans to respond to it. This should include details of planned projects and actions to reduce the bidder’s carbon emissions.
4C.10 - Bidders will be 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.2.2) Contract performance conditions
It shall be a condition of the Contract, that if required by the Scottish Government, the appointed Service Provider shall deliver a validly executed Parent Company Guarantee in the form set out in the tender documents.
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.1.6) Information about electronic auction
An electronic auction will be used
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
22 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
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
22 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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27826. 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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27826. 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
(SC Ref:780963)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
Edinburgh
EH1 1LB
Country
United Kingdom