Section one: Contracting authority
one.1) Name and addresses
Scottish Government
Victoria Quay, Leith
Edinburgh
EH6 6QQ
Contact
Marc Jones
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
https://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
https://www.publictendersscotland.publiccontractsscotland.gov.uk
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
Cash First Learning and Evaluation: Independent Evaluation
Reference number
Case 689808
two.1.2) Main CPV code
- 79310000 - Market research services
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Government wants to work with local partners towards our shared ambition of ending the need for food banks in Scotland, as set out in our recently published Cash-First Plan.
Our two-year Cash-First Programme (‘the Programme’) will provide funding and practical assistance for up to eight local Partnerships to collaborate and deliver activities that improve urgent access to cash in a crisis, generating evidence that can be shared to inform future policy and practice.
The Scottish Government is seeking to procure the services of an organisation to undertake an independent evaluation of this Programme.
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)
- 79310000 - Market research services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The Evaluator will assess the implementation of cash-first activities by Partnerships, the role of the Learning Partner (who will assist partnerships to deliver interventions) and the impact of the Programme as a whole.
The Scottish Government has already appointed a Learning Partner to facilitate improvement and learning within and between Partnerships, and to support the gathering of evidence for the Programme evaluation. The Learning Partner services requirement is available to view as a supporting document in the Invitation to Tender pack, for your reference. Nourish Scotland was awarded the contract for the Learning Partner element.
It should be noted that the successful bidder for the evaluation will be expected to collaborate and share some data and resources with the Learning Partner in order to effectively fulfil the Programme objectives. Specifically, the Evaluator will be expected to seek the Learning Partner’s views on the evaluation framework, develop a joint Data Sharing Agreement and support the Learning Partner to identify and supply evidence that is relevant to the evaluation.
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
Duration in months
25
This contract is subject to renewal
Yes
Description of renewals
An optional 3 months extension period will be included.
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
Financial Ratios: Bidders must demonstrate a Current Ratio of no less than 1.
Minimum Insurance Levels: It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract.
Minimum level(s) of standards possibly required
Financial Ratios: 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.
There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.
Minimum Insurance Levels: 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:
Professional Risk Indemnity Insurance = 1,000,000 GBP
Public Liability Insurance
= 1,000,000 GBP
Employers (Compulsory) Liability Insurance = 5,000,000 GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
Supply/Service Contracts – examples of relevant experience in last three years.
Supply Chain Management/Tracking Systems Used.
Environmental Management Measures.
Minimum level(s) of standards possibly required
Supply/Service Contracts – examples of relevant experience in last three years: Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.
Supply Chain Management/Tracking Systems Used: 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.
Environmental Management Measures: Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements:
Evidence that their organisation has taken steps to build their awareness of the climate change emergency and consideration of how they will respond. This should include details of planned projects and actions to reduce the bidder’s carbon emissions.
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
15 January 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
15 January 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 25693. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:751456)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom