Procurement of the Scottish Health Survey 2018 – 2021
Procurement of the Scottish Health Survey for the period 2018-2021 (with the possibility of being extended for up to 2 further years).
United Kingdom-Edinburgh: Survey services
2017/S 036-065301
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Victoria Quay, Leith
Edinburgh
EH6 6QQ
United Kingdom
Telephone: +44 1312447908
E-mail: lucy.wright@gov.scot
NUTS code: UKM
Address of the buyer profile:http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Scottish Health Survey 2018-2021.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Procurement of the Scottish Health Survey (SHeS) for the period 2018-2021 (with the possibility being extended for up to 2 further years).
II.1.6)Information about lots
II.2.3)Place of performance
II.2.4)Description of the procurement:
Procurement of the Scottish Health Survey (SHeS) for the period 2018-2021 (with the possibility of being extended for up to 2 further years.)
The SHeS provides information about population health, health related behaviour and the use of health services amongst the population living in private households in Scotland. The survey has been run continuously since 2008. The SHeS reports at health board level every 4 years and at a national level annually.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Includes 2 optional extension years (24 months) which can be exercised at the sole discretion of the Scottish Ministers.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
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.1.2)Economic and financial standing
Turnover.
Current Ratio.
Insurance.
Turnover.
Bidders will be required to have a minimum ‘general’ yearly turnover of 2 000 000 GBP for the last 3 years.
Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.
Ratios.
Bidders will be required to state the value(s) for the following financial ratio(s):
Current Ratio.
Bidders must demonstrate a Current Ratio greater than 0.8.
The ratio will be calculated as follows:
Net current assets/net current liabilities.
Insurance.
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance in accordance with any legal obligation for the time being in force.
Public Liability Insurance in the sum of not less than 2 000 000 GBP.
Professional Indemnity Insurance in the sum of not less than 5 000 000 GBP.
http://www.hse.gov.uk/pubns/hse40.pdf
There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 7664. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
It is anticipated that there will be limited sub-contracting opportunities.
There will be no requirement for the successful Service Provider to advertise opportunities via PCS however where the Service Provider proposes to enter into a sub-contract it must:
Follow a procedure leading to the selection of the sub-contractor which ensures reasonable competition following principles of equal treatment, non-discrimination and transparency and which ensures that such procedure is accessible by small and medium enterprises.
Community benefits are included in this requirement. For more information see:http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
While the following community benefit objectives will not be evaluated as part of the tender process, tenderers are required to present a community benefit proposal with their tender detailing how, in the event that they should be successful in winning the contract, they will address the following Community Benefit themes:
— targeted recruitment and training for ‘disadvantaged’ persons unemployed for over 6 months;
— work placement opportunities for 14- 16 year olds;
— graduate placements.
If successful the winning bidder(s) will discuss the content of their Community Benefit proposal and agree a plan for the delivery of the agreed community benefits which will become a condition of the contract.
(SC Ref:481109).
VI.4.1)Review body
Victoria Quay, Leith
Edinburgh
EH6 6QQ
United Kingdom
Telephone: +44 1312447556Internet address:http://www.scotland.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
VisitBritain England Occupancy Survey
Telephone Survey of Businesses in Northern Ireland, Ireland and Scotland
Provide Market Research Services to Office for National Statistics
Telephone Surveys Tender – Surrey Police and Surrey County Council
Marketing and Communication Services Framework Agreement