Section one: Contracting authority
one.1) Name and addresses
Scottish Government
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
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
Additional Support for Learning - National Advocacy Service
Reference number
Case 715942
two.1.2) Main CPV code
- 79110000 - Legal advisory and representation services
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Government’s Directorate for Learning (Support and Wellbeing Unit) requires a suitably qualified and experienced Supplier to provide a National Advocacy Service on behalf of individual children and young people who may require additional learning support.
two.1.5) Estimated total value
Value excluding VAT: £1,112,152
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 purpose of the National Advocacy Service is to fulfil the legal requirement to provide a free of charge advocacy service to parents and young people who make a reference to the Additional Support Needs jurisdiction within the Health and Education Chamber of the First-tier Tribunal for Scotland, against an education authority’s decisions regarding the provision of educational support.
The requirement is for a national service, and the supplier must provide a service that is equal and universally accessible to eligible persons throughout Scotland.
The objective of the contract is to deliver the following outcomes:
- To provide independent advocacy and representation for young people and parents of children with additional support needs from the time they have grounds to make a referral to the ASN Tribunal.
- Seek to resolve individual cases at a local level where possible prior to referral to the ASN Tribunal.
- Provide representation to young people and parents of children with additional support needs at the Additional Support Needs jurisdiction of the Health and Education Chamber of the First-tier Tribunal for Scotland where appropriate.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £1,112,152
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
24 February 2025
End date
31 March 2027
This contract is subject to renewal
Yes
Description of renewals
The Purchaser may, by giving notice to the Service Provider, extend the period of the Contract to a date falling no later than 31 March 2028. Subject to that constraint, the Purchaser may extend the period of the Contract on more than one occasion.
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
4A.2.1 Bidders must confirm if they hold the particular authorisation or memberships
- Law Society of Scotland
three.1.2) Economic and financial standing
List and brief description of selection criteria
4B4. The bidder confirms the name, value and/or range of the financial ratios specified in the relevant Contract Notice are as follows:
4B.5 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
4B.4 - Bidders must demonstrate a Current Ratio of no less than 1. Current Ratio will be calculated as follows: Total current assets divided by Total current liabilities.
4B.5 -
Public Liability 1,000,000 GBP(A sum not less than)
Professional Indemnity 1,000,000 GBP(A sum not less than)
Employers Liability (Legal Requirement) 5,000,000 GBP ( A sum not less than)
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.1.2 - Supply/Service Contracts – examples of relevant experience in last three years
4C.4 - Provide a statement of the relevant supply chain management and/or tracking systems used.
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.1.2-
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Contract Notice or the relevant section of the Site Notice.
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.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.2.3) 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
22 November 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
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: Yes
Estimated timing for further notices to be published: Timings are reliant on how long this statute requirement remains in force.
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27831. 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:780959)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
Edinburgh
EH11LB
Country
United Kingdom