Section one: Contracting authority
one.1) Name and addresses
Scottish Government
Victoria Quay
Edinburgh
EH6 6QQ
Contact
Freya Boyes
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.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
Scotland's Adoption Register
Reference number
CASE/612157
two.1.2) Main CPV code
- 85321000 - Administrative social 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 Scotland’s Adoption Register.
Provision of Scotland’s Adoption Register is set out in The Scotland’s Adoption Register Regulations 2016 and comprises an online Register and national matching service that allows social workers to share information about children who have a plan for adoption with approved adopters in Scotland.
The contract will be for a period of 24 months.
two.1.5) Estimated total value
Value excluding VAT: £432,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85310000 - Social work services
- 85300000 - Social work and related services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The Adoption Register plays a key role in providing opportunities for children and prospective adopters to come together through hosting events such as adoption exchange days and adoption activity days. The Register also offers direct advice to local authorities about family finding for individual children or sibling groups. The aim is to enable adopters to be part of the process of linking with a child, to encourage them to consider children they may not previously have thought about adopting, and ultimately to create new families.
The contract will be for a period of 24 months.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £432,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2023
End date
31 March 2025
This contract is subject to renewal
No
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
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
Not applicable
three.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders will be required to state the value for their Current Ratio for the previous financial year.
Bidders will be required to confirm they have the required levels of insurance cover specified below.
Minimum level(s) of standards possibly required
Current ratio
Bidders must have a minimum current ratio of 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.
Insurance Cover
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:
Employer’s (Compulsory) Liability Insurance in accordance with any legal obligation at the time being in force
Public Liability Insurance = 5 million GBP
Professional Risk Indemnity Insurance = 2 million GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.4 Supply Chain Management and Prompt Payment of subcontractors- Tenderers must provide a statement of the relevant supply chain
Minimum level(s) of standards possibly required
Management and/or tracking systems as detailed within the Single Procurement Document, of the Invitation to Tender document.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As detailed in the procurement 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.1.8) 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
31 January 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
31 January 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
Technical Assessment - Full details of the technical criteria detailed within Invitation to Tender.
Please note there are minimum requirements concerning Cyber Security for this contract. A contract condition for this procurement requires the Tenderer to comply with the minimum security requirements. Further details will be set out in the procurement documents.
Tenderers must also confirm:
- they will pay staff that are involved in the delivery of the contract, at least the real Living Wage
- they will meet standards on payment of subcontractors
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23075 . 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:717605)
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