Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Scottish Government
Victoria Quay
Edinburgh
EH6 6QQ
UK
Telephone: +44 1312448315
E-mail: freya.boyes@gov.scot
NUTS: UKM
Internet address(es)
Main address: http://www.scotland.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Participation Panel to Support the First Minister's National Advisory Council on Women and Girls
Reference number: CASE/605028
II.1.2) Main CPV code
98000000
II.1.3) Type of contract
Services
II.1.4) Short description
The Scottish Government on behalf of Scottish Ministers has a requirement to establish a dedicated participation panel of women to support phase two of The First Minister’s National Advisory Council on Women and Girls activity.
The National Advisory Council on Women and Girls (NACWG) was set up in 2017 by the Scottish Government to provide independent advice to the First Minister on improving gender equality in Scotland. A package of recommendations was developed over three years that Phase One NACWG believed would kick start systemic change in a positive direction. All recommendations from these three annual reports have been accepted. Phase Two NACWG launched on 31 March 2022 and has a core model of scrutiny, in which the NACWG will hold the Scottish Government to account over the implementation of the accepted recommendations.
II.1.5) Estimated total value
Value excluding VAT:
330 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
75200000
98000000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
A dedicated participation panel of women (the Panel) is to be convened to support Phase Two of NACWG activity. The successful tenderer will establish and coordinate the Panel of around 20 women from grassroot organisations and be part of a wider network who are not usually given a voice in this type of space. The participation work will be led by lived experience and the re-distribution of power will be at the heart of the participation process. The overarching objective for the Panel is to work with the NACWG in their accountability process by providing lived experience expertise on how Phase One NACWG recommendations need to be implemented for them to have a tangible positive difference to women’s lives. The Panel will also analyse, discuss and develop solutions to be recommended to the NACWG on specific topics relevant to the current landscape and relevant to their lives.
Members of the Panel will be supported to do this role through capacity building workshops on gender equality, policy development and intersectionality alongside mentoring style support to ensure that they have the skills they feel they need to fully participate. A demand-led approach will be taken with the group identifying its own support needs.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
330 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
08/02/2023
End:
07/02/2024
This contract is subject to renewal: Yes
Description of renewals:
The contract has the option to extend by two twelve month periods, at the sole discretion of Scottish Ministers.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.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
III.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 required:
Current ratio
Bidders must have a minimum current ratio of 1.0.
The current ratio shall be calculated as current assets/current liabilities and shall be based on the organisation's most recently audited accounts
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 Indemnity Insurance = 2 million GBP
III.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
management and/or tracking systems as detailed within the Single Procurement Document, of the Invitation to Tender document.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As detailed in the procurement documents
III.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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2022/S 000-023825
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
15/12/2022
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
15/12/2022
Local time: 14:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.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. Tenderers will be required to complete an online Supplier Assurance Questionnaire using the Cyber Security Procurement Support Tool. A link to CSPST can be found here: https://cyberassessment.gov.scot/
The questionnaire will be aligned to a Cyber Risk Profile that has been established for the contract, based on the Contracting Authority’s assessment of cyber risk.
Further details will be set out in the procurement documents. A contract condition for this procurement requires the Tenderer to comply with the minimum security requirements.
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 estimated contract value includes the option for a potential 24 month extension.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22381. 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:712945)
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
27 Chambers Street
Edinburgh
EH11LB
UK
VI.5) Date of dispatch of this notice
10/11/2022