Tender

Independent Evaluation of Scotland's Dementia Post-Diagnostic Support

  • Scottish Government

F02: Contract notice

Notice identifier: 2024/S 000-039235

Procurement identifier (OCID): ocds-h6vhtk-04c28e

Published 5 December 2024, 1:39pm



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

Victoria Quay, Leith Docks

Edinburgh

EH6 6QQ

Email

marc.jones@gov.scot

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.scotland.gov.uk

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