Tender

SFC Research and Evaluation Services Framework

  • Scottish Funding Council

F02: Contract notice

Notice identifier: 2025/S 000-038062

Procurement identifier (OCID): ocds-h6vhtk-055ac4

Published 8 July 2025, 8:55am



Section one: Contracting authority

one.1) Name and addresses

Scottish Funding Council

Apex 2, 97 Haymarket Terrace

Edinburgh

EH12 5HD

Contact

Stephen Connor

Email

sconnor@sfc.ac.uk

Telephone

+44 1313136500

Fax

+44 1313136501

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

Internet address(es)

Main address

https://www.sfc.ac.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00381

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

SFC Research and Evaluation Services Framework

Reference number

SFC 25-26 002 Q1

two.1.2) Main CPV code

  • 73110000 - Research services

two.1.3) Type of contract

Services

two.1.4) Short description

We are seeking to establish a framework of suppliers with the experience, skills, and capacity to deliver evaluation services (including both quantitative and qualitative analysis), and effectively report on findings and recommendations.

two.1.5) Estimated total value

Value excluding VAT: £1,200,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Large Scale Research and Evaluation Projects

Lot No

1

two.2.2) Additional CPV code(s)

  • 73110000 - Research services
  • 79311400 - Economic research services
  • 79315000 - Social research services
  • 79419000 - Evaluation consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Large Research and Evaluation Projects. Including but not limited to, designing and implementing multi-year evaluations, developing an evaluation framework for large, long-term programmes.

two.2.5) Award criteria

Quality criterion - Name: Operation & Management of the Framework Agreement / Weighting: 15

Quality criterion - Name: Responsible Procurement / Weighting: 5

Quality criterion - Name: Service Delivery / Weighting: 40

Price - Weighting: 40

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 for 2 x 12 month extensions

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) Description

two.2.1) Title

Medium Scale Research and Evalution Projects

Lot No

2

two.2.2) Additional CPV code(s)

  • 73110000 - Research services
  • 79311400 - Economic research services
  • 79315000 - Social research services
  • 79419000 - Evaluation consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Projects may include but are not limited to, Mixed methods evaluations of SFC investments including document analysis, surveys, focus groups and interviews, lasting 6-12 months. Value for money or cost benefit analysis projects. Targeted stakeholder surveys

two.2.5) Award criteria

Quality criterion - Name: Operation & Management of the Framework Agreement / Weighting: 15

Quality criterion - Name: Responsible Procurement / Weighting: 5

Quality criterion - Name: Service Delivery / Weighting: 40

Price - Weighting: 40

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

2 x 12 month extensions

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) Description

two.2.1) Title

Small Scale Research and Evaluation Projects

Lot No

3

two.2.2) Additional CPV code(s)

  • 73110000 - Research services
  • 79311400 - Economic research services
  • 79315000 - Social research services
  • 79419000 - Evaluation consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Typical projects include but are not limited to, Desk-based work such as conducting literature reviews, synthesising and analysing evidence. Conducting focus groups and analysing and reporting on findings. Conducting one to one interviews and analysing and reporting on findings.

two.2.5) Award criteria

Quality criterion - Name: Operation & Management of the Framework Agreement / Weighting: 15

Quality criterion - Name: Responsible Procurement / Weighting: 5

Quality criterion - Name: Service Delivery / Weighting: 40

Price - Weighting: 40

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

2 x 12 month extensions

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

Minimum level(s) of standards possibly required

Successful Tenderer’s will be required to provide two years of audited accounts or equivalent prior to award to the Framework Agreement. This information will be used to assess the Tenderers economic and financial standing and is deemed a minimum standard and is mandatory. Failure will result in elimination from the procurement exercise.

It is a requirement that all Tenderers must have or commit to have the required insurance levels at commencement of the Framework Agreement as indicated below.

Employers Liability – GBP 5,000,000

Product and Public Liability – GBP 10,000,000

three.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

The Tenderer has (or has access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain, has confirmed that they have the systems in place to pay contractors through the supply chain promptly and effectively, and that they will provide evidence, when requested, of (a) their standard payment terms and (b) > or equal to 95% of all supply chain invoices being paid on time (in accordance with the terms of the contract) in the last financial year. If the Tenderer is unable to confirm (b) then they must provide an improvement plan, signed by their Director which improves the payment performance.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 18

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

18 August 2025

Local time

1:00pm

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: 5 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

18 August 2025

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=803374.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(SC Ref:803374)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=803374

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court

Sherrif Court House, 27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom