Section one: Contracting authority
one.1) Name and addresses
Scottish Government
Victoria Quay, Leith Docks
Edinburgh
EH6 6QQ
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
Independent Evaluation of Scotland's Dementia Post-Diagnostic Support
Reference number
722528
two.1.2) Main CPV code
- 79419000 - Evaluation consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Government (SG), on behalf of the Scottish Ministers, wishes to commission an independent evaluation which will contribute to ambitions of the New dementia strategy for Scotland: Everyone's Story and the accompanying first two-year Delivery Plan (2024-2026).
One of the key policy aims in Scotland’s new dementia strategy is improving on the uptake and delivery of post diagnostic support (PDS), which has been Scotland’s flagship policy in dementia for over 10 years.
The findings from the evaluation will support decision making regarding the future direction of national PDS policy and/or the modification and widening out of existing PDS service models. It will also enable us to evidence the efficacy and potential for improvements to access, uptake and quality.
two.1.5) Estimated total value
Value excluding VAT: £150,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79419000 - Evaluation consultancy services
- 73210000 - Research consultancy services
- 73000000 - Research and development services and related consultancy services
- 73110000 - Research services
- 73200000 - Research and development consultancy services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The Scottish Government (SG), on behalf of the Scottish Ministers, wishes to commission an independent evaluation which will contribute to ambitions of the New dementia strategy for Scotland
One of the key policy aims in Scotland’s new dementia strategy is improving on the uptake and delivery of post diagnostic support (PDS), which has been Scotland’s flagship policy in dementia for over 10 years. Recognising the importance of getting it right for people following diagnosis, the following was set as a Local Delivery Plan (LDP) standard by Scottish Government and health boards:
“People newly diagnosed with dementia will be offered a minimum of one year's post-diagnostic support, coordinated by a named link worker.”
Our ambition, set out in the new Dementia Strategy, is to ensure everyone who receives a diagnosis of dementia has equitable access to PDS, irrespective of where they live, how old they are, and what stage their dementia has progressed to. This support should also be person-centred, trauma-informed and responds to people’s needs and preferences.
The first 2-year Delivery Plan commits to an independent evaluation of Scotland’s Post Diagnostic Support policy and delivery, including the perspective of people living with dementia and care partners/unpaid carers and those living in care homes. The evaluation will provide evidence of the value and impact of Post-Diagnostic Support to date, helping inform future PDS policy, service planning and practice.
The evaluation aims are to:
- Provide a comprehensive assessment of the current provision of PDS in relation to the expected outcomes set out in the Dementia Strategy.
- Understand the variation in service delivery models and experiences of PDS, to provide insights into PDS delivery and impact.
- Identify areas of learning and improvement to support progress towards the Dementia Strategy PDS outcomes, and inform decision making on policy and service delivery.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 75
Price - Weighting: 25
two.2.6) Estimated value
Value excluding VAT: £150,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
Yes
Description of renewals
An optional 3 month extension will be available to the purchasing authority to utilise at their discretion.
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
Minimum Insurance Levels
Minimum level(s) of standards possibly required
Public Liability - 5,000,000 GBP
Professional Risk Indemnity - 2,000,000 GBP
Employer’s (Compulsory) Liability - 5,000,000 GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
1. Supply Chain Management/Tracking Systems Used.
2. Proportion (%) to be Sub-Contracted.
Minimum level(s) of standards possibly required
1. 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.
2. Proportion (%) to be Sub-Contracted: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of 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
20 January 2025
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
20 January 2025
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 28188. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:785083)
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