Design, Delivery and Management of Scottish Government"s International Development Equalities Programme, Women and Girls Fund (Великобритания (Англия, Шотландия, Уэльс) - Тендер #44810627) | ||
| ||
Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Великобритания (Англия, Шотландия, Уэльс) (другие тендеры и закупки Великобритания (Англия, Шотландия, Уэльс)) Организатор тендера: Scottish Government Номер конкурса: 44810627 Дата публикации: 10-08-2023 Источник тендера: Государственные закупки Уэльса (часть Соединённого Королевства Великобритании и Северной Ирландии) |
||
Title: | Design, Delivery and Management of Scottish Government"s International Development Equalities Programme, Women and Girls Fund |
OCID: | ocds-h6vhtk-039b72 |
Published by: | Scottish Government |
Authority ID: | AA26920 |
Publication Date: | 10/08/2023 |
Deadline Date: | 29/09/2023 |
Deadline Time: | 12:00 |
Notice Type: | Contract Notice |
Has Documents: | No |
Has SPD: | No |
Abstract: |
The Scottish Government is seeking a suitably qualified and experienced Service Provider to undertake the design, development and delivery of a Women and Girls Fund. The overall aim of the fund is to provide appropriately targeted direct funding to support women and girls in Malawi, Zambia and Rwanda, with the advancement of gender equality and the rights of women and girls as a principal objective. The fund will likely focus on advocacy and/or capacity/core strengthening of women’s organisations and/or movements within our ID Sub-Saharan African partner countries. In line with the Scottish Government’s International Development Principles, and commitments to ‘do no harm’, and to be global south-led, we are seeking a Service Provider that is able to design and deliver the WaGF taking a participatory approach in our partner countries to develop and deliver interventions that tackle inequalities experienced by women and girls and/or support organisations that advocate for their rights. The programme design and decision making processes should involve meaningful participation and consultation of a diverse range of local women and girls and relevant associated marginalised groups (e.g. participants from a range of different: ages, sexual orientations, socio-economic backgrounds, religions rural and urban areas, those living with disabilities), as experts by experience and/or women’s rights and gender equality civil society advocates, in the relevant partner country. Funding awarded through this contract will be administered directly to local organisations based in Malawi, Zambia and Rwanda. |
Scottish Government
4 Atlantic Quay, 70 York St
Glasgow
G2 8EA
UK
Contact person: Jan.gillon@gov.scot
Telephone: +44 1412420133
E-mail: jan.gillon@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
The contract is awarded by a central purchasing body
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/
Ministry or any other national or federal authority, including their regional or local subdivisions
General public services
Design, Delivery and Management of Scottish Government"s International Development Equalities Programme, Women and Girls Fund
Reference number: Case 611820
II.1.2) Main CPV code79400000
II.1.3) Type of contractServices
II.1.4) Short descriptionThe Scottish Government seek a suitably qualified and experienced Service Provider to undertake the design, delivery and management of a Women and Girls Fund. This will be a new Fund that will form part of the International Development Fund’s (IDF) new Equalities Programme. The term of a contract as a result of the intended procurement will be for a four year period with options to extend for a further three years. The indicative value of the fund to cover the four year period is inclusive of administrative costs.
II.1.5) Estimated total valueValue excluding VAT: 5 250 000.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: No
79420000
73000000
98000000
98900000
98910000
98200000
72224000
II.2.3) Place of performanceNUTS code:
UKM
Main site or place of performance:
Malawi Rwanda and Zambia
II.2.4) Description of the procurementThe Scottish Government is seeking a suitably qualified and experienced Service Provider to undertake the design, development and delivery of a Women and Girls Fund.
The overall aim of the fund is to provide appropriately targeted direct funding to support women and girls in Malawi, Zambia and Rwanda, with the advancement of gender equality and the rights of women and girls as a principal objective. The fund will likely focus on advocacy and/or capacity/core strengthening of women’s organisations and/or movements within our ID Sub-Saharan African partner countries. In line with the Scottish Government’s International Development Principles, and commitments to ‘do no harm’, and to be global south-led, we are seeking a Service Provider that is able to design and deliver the WaGF taking a participatory approach in our partner countries to develop and deliver interventions that tackle inequalities experienced by women and girls and/or support organisations that advocate for their rights.
The programme design and decision making processes should involve meaningful participation and consultation of a diverse range of local women and girls and relevant associated marginalised groups (e.g. participants from a range of different: ages, sexual orientations, socio-economic backgrounds, religions rural and urban areas, those living with disabilities), as experts by experience and/or women’s rights and gender equality civil society advocates, in the relevant partner country.
Funding awarded through this contract will be administered directly to local organisations based in Malawi, Zambia and Rwanda.
II.2.5) Award criteriaCriteria below:
Quality criterion: Understanding the Requirement / Weighting: 10%
Quality criterion: Quality of Personnel / Weighting: 20%
Quality criterion: Design and Methodology / Weighting: 30%
Quality criterion: Management of Fund / Weighting: 30%
Quality criterion: Climate Emergency / Weighting: 2%
Quality criterion: Community Benefits / Weighting: 1.5%
Quality criterion: Fair Work First / Weighting: 5%
Quality criterion: Business Continuity and Disaster Recovery (BCDR) / Weighting: 1.5%
Price / Weighting: 30%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 84
This contract is subject to renewal: Yes
Description of renewals:
The initial contract is for a period of four years with a value of GBP 3 000 000. An optional extension period may be utilised for up to a further three year period with an additional value of up to GBP 2 250 000.
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
List and brief description of selection criteria:
SPD 4B.4 -
Bidders must demonstrate a Current Ratio of no less than 0.8 in each of the last three financial years. Current Ratio will be calculated as
follows:Total current assets divided by Total current liabilities.
There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.
SPD 4B.5 -
The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover
indicated below:
Professional Risk Indemnity: in the sum of not less than 5 Million GBP.
Employer"s (Compulsory) Liability: in accordance with any legal obligation for the time being in force but in any event in the sum of not
less than 5 Million GBP.
Such insurance must be maintained for the duration of the Contract and for a minimum of 5 years following the expiry or termination of the
Contract.
List and brief description of selection criteria:
II.1.3) Technical and professional ability
List and brief description of selection criteria:
SPD 4C.4 -
Bidders must provide a statement of the relevant supply chain management and/or tracking systems used.
SPD 4C.7 -
Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond.
SPD 4C.10 -
Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
III.2) Conditions related to the contract
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.
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: Yes
Notice number in the OJ S:
2023/S 000-002622
IV.2.2) Time limit for receipt of tenders or requests to participateDate: 29/09/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.6) Minimum time frame during which the tenderer must maintain the tenderTender must be valid until: 29/03/2024
IV.2.7) Conditions for opening of tendersDate: 29/09/2023
Local time: 12:00
This is a recurrent procurement: No
Electronic invoicing will be accepted
Electronic payment will be used
The contract value is inclusive of a fund for disbursement and costs of personnel and expenses.
Bidders are encouraged to utilise the full budget available when preparing their proposal, however should seek to reduce their Core Team Costs, and Expenses in order to a maximise the available funding budget.
Question Scoring Methodology for Award Criteria outlined in invitation to tender:
0 — Unacceptable. Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.
1 — Poor. Response is partially relevant but generally poor. The response addresses some elements of the
requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be
fulfilled.
2 — Acceptable. Response is relevant and acceptable. The response addresses a broad understanding of the
requirement but may lack details on how the requirement will be fulfilled in certain areas.
3 — Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good
understanding and provides details on how the requirements will be fulfilled.
4 — Excellent. Response is completely relevant and excellent overall.
Bidders must complete the SPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement.
If there are named subcontractors/technicians upon which the bidder will rely to meet the selection criteria, these named parties must
complete and reattach the SPD Supplier Response Form attached to SPD questions 2C.1.1 (Technicians) and 2D.1.2 (Subcontractors) on
PCS-T. These parties must complete the first three sections of the SPD form, as well as any part of the section 4 selection criteria that the
main bidder will rely upon the parties to fulfil. If parties have not yet been identified, this information may be required at a later date.
Scottish Government reserves the right to request this information from relevant parties upon whom the main bidder will not rely to fulfil selection criteria.
4.C.4 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.
4C.10 Bidders will be required to confirm whether they intend to sub-contract and if so, for what proportion of the contract.
A sub-contract clause has been included in this contract. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see:
https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows: As detailed within Schedule 1 (Specification).
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 51217. 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
The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:
The total contract value is inclusive of a Fund element, the purpose of which is to deliver community benefits in the target countries.
(SC Ref:740896)
Edinburgh Sheriff and Justice of the Peace Court
27 Chambers Street
Edinburgh
EH1 1LB
UK
Internet address(es)
URL: https://www.scotcourts.gov.uk/the-courts/court-locations/edinburgh
09/08/2023
Information added to the notice since publication.
Additional information added to the notice since it"s publication.No further information has been uploaded. |
Main Contact: | jan.gillon@gov.scot |
Admin Contact: | N/a |
Technical Contact: | N/a |
Other Contact: | N/a |
ID | Title | Parent Category |
---|---|---|
79400000 | Business and management consultancy and related services | Business services: law, marketing, consulting, recruitment, printing and security |
98200000 | Equal opportunities consultancy services | Other community, social and personal services |
79420000 | Management-related services | Business and management consultancy and related services |
98000000 | Other community, social and personal services | Other Services |
72224000 | Project management consultancy services | Systems and technical consultancy services |
73000000 | Research and development services and related consultancy services | Research and Development |
98900000 | Services provided by extra-territorial organisations and bodies | Other community, social and personal services |
98910000 | Services specific to international organisations and bodies | Services provided by extra-territorial organisations and bodies |
ID | Description |
---|---|
100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region RestrictionsThere are no alert restrictions for this notice. |