Realigning Children’s Service for Scottish Government
(1) A parent-report household survey measuring the wellbeing of children and associated influences from birth to 8 years.
(2) A school-based child-report wellbeing survey for children aged 9-11(P5-P7). (3) Analysis and reporting of: (i) the findings from parent survey; (ii) the findings from the P5-P7 survey.
United Kingdom-Glasgow: Primary education services
2014/S 246-434345
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Scottish Government
Europa Building, 450 Argyle Street
Contact point(s): Scottish Government Procurement Team
For the attention of: Douglas Martin
G2 8LG Glasgow
UNITED KINGDOM
Telephone: +44 1412420478
E-mail: douglas.martin@scotland.gsi.gov.uk
Internet address(es):
General address of the contracting authority: http://www.scotland.gov.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
Electronic access to information: www.publiccontractsscotland.gov.uk
Electronic submission of tenders and requests to participate: www.publiccontractsscotland.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Aberdeen City Council
Aberdeenshire Council
Angus Council
Argyll and Bute Council
City of Edinburgh Council
Clackmannanshire Council
Comhairle nan Eilean Siar
Dumfries and Galloway Council
Dundee City Council
East Ayrshire Council
East Dunbartonshire Council
East Lothian Council
East Renfrewshire Council
Falkirk Council
Fife Council
Glasgow City Council
Highland Council
Inverclyde Council
Midlothian Council
Moray Council, The
North Ayrshire Council
North Lanarkshire Council
Orkney Islands Council
Perth and Kinross Council
Renfrewshire Council
Scottish Borders Council
Shetland Islands Council
South Ayrshire Council
South Lanarkshire Council
Stirling Council
West Dunbartonshire Council
West Lothian Council
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Scotland.
NUTS code UKM
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 6
Duration of the framework agreement
Duration in months: 24
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 240 000 GBP
II.1.5)Short description of the contract or purchase(s)
The single contract framework agreement is to run from 20.4.2015 until 19.4.2017 with the capacity for call offs to provide the RCS Evidence Programme for up to 6 Community Planning Partnerships (CPPs) during this timescale.
Under the single contract framework agreement, the RCS Evidence Programme involves making available and supporting the implementation of:
(1) A parent-report household survey measuring the wellbeing of children and associated influences from birth to 8 years.
(2) A school-based child-report wellbeing survey for children aged 9-11(P5-P7).
(3) Analysis and reporting of:
(i) the findings from parent survey;
(ii) the findings from the P5-P7 survey;
(iii) the findings from a Local Authority Boost (S1-S4) of the Scottish Schools Adolescent Lifestyle and Substance Use Survey (SALSUS);
(iv) linked data from Local Authority Administration data set.
The delivery of the RCS Evidence Programme is structured around two fieldwork periods within school the year when schools generally accept access (determined by the school term and the timing of exams). These are March-May and September — November. Therefore three fieldwork periods are available in this contract period. Participation will be limited to up to three CPPs per fieldwork period. This means that up to three CPP’s can start participating in the programme in Spring 2015 to use the September — November 2015 fieldwork period, CPPs joining in the Summer 2015 can take advantage of the March-May 2016 fieldwork period and those joining later can use the September — November 2016 fieldwork period. The fieldwork for SALSUS 2015 is also scheduled to take place during the autumn term 2015 and completed by the end of January 2016.
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site athttp://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=330773
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available athttp://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.
II.1.6)Common procurement vocabulary (CPV)
80100000, 75121000, 79330000, 79311000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
III.2.2)Economic and financial ability
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(3) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
III.2.3)Technical capacity
As detailed within Selection Criteria and Technical Response to Invitation to Tender document.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Technical. Weighting 60
2. Commercial. Weighting 40
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 6.2.2015 – 12:00
Place:
Europa Building, 450 Argyle Street, Glasgow G2 8LG.
Section VI: Complementary information
VI.3)Additional information
VI.4.1)Body responsible for appeal procedures
Scottish Government
Europa Building, 450 Argyle Street
G2 8LG Glasgow
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
Scottish Government
Europa Building, 450 Argyle Street
G2 8LG Glasgow
UNITED KINGDOM
VI.5)Date of dispatch of this notice: