Section one: Contracting authority
one.1) Name and addresses
Scottish Funding Council
Apex 2, 97 Haymarket Terrace
Edinburgh
EH12 5HD
Contact
Stephen Connor
Telephone
+44 1313136500
Fax
+44 1313136501
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
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