Provision of Behaviour In Scottish Schools Research (BISSR) 2022

A Tender Notice
by SCOTTISH GOVERNMENT

Source
Find a Tender
Type
Contract (Services)
Duration
13 month
Value
£176K
Sector
PROFESSIONAL
Published
24 Jun 2022
Delivery
To 23 Aug 2023 (est.)
Deadline
29 Jul 2022 13:00

Concepts

Location

Scotland:

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

The Scottish Government seeks to place a contract with an external service provider for the provision of research services to better understand behaviour in Scottish schools. The contract will be awarded for a period of 13 months with an option to extend for a period of an additional 5 months. The purpose of the project is to provide a robust picture of overall trends of behaviour and relationships in Scottish schools, gain the views of key stakeholders on behaviour and establish some of the causal factors behind differences in behaviour/ effective management strategies. The project will include scope to explore the impact of technology use in schools on behaviour.

Total Quantity or Scope

The Scottish Government has a requirement to place a contract with an external service provider for the provision of research services relating to Behaviour In Scottish Schools. The overall aim of the research is to provide a clear and robust picture of behaviour in publicly-funded mainstream schools in Scotland and of current policy and practice in relation to managing behaviour. The Scope of the Contract will be to provide a robust picture of overall trends of behaviour and relationships in Scottish schools, gain the views of key stakeholders on behaviour and establish some of the causal factors behind differences in behaviour/effective management strategies. The scope of the project may also explore the impact of technology use in schools on behaviour. This represents the latest in a series of three-yearly Behaviour in Scottish Schools reports and builds on research carried out in 2016, 2012, 2009 and 2006. The Service Provider will be expected to engage with a wide range of stakeholders: pupils, parents/carers, teachers, support staff and headteachers. Additional information: Estimated date of contract award is 31st August 2022 with services commencing on 1st October 2022.

Renewal Options

1 x 5 month extension period.

Award Criteria

Section A Understanding of the requirement 30
Section B Delivery and Methodology 30
Section C Quality Management 25
Section D Risk Management 5%
Section E Climate Emergency 0%
Section F Community Benefits 0%
Section G Fair Work First 5%
Section H Data Protection and Information Security 5%
Section I Business Continuity and Disaster Recovery (BCDR) 0%
price 30

CPV Codes

  • 73000000 - Research and development services and related consultancy services
  • 73110000 - Research services
  • 73200000 - Research and development consultancy services
  • 73100000 - Research and experimental development services
  • 73210000 - Research consultancy services
  • 73300000 - Design and execution of research and development

Indicators

  • This is a one-off contract (no recurrence)
  • Renewals are available.
  • Financial restrictions apply.
  • Staff qualifications are relevant.
  • Technical restrictions apply.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** The indicative dates for this Procurement opportunity are as follows: Contract Award: estimated 31st August 2022. Service Commencement:1st October 2022. SPD will be scored on a pass/fail basis. This requirement is not suitable for lotting. 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 of insurance indicated below: Employer's (compulsory) liability insurance = 5 000 000 GBP. Public liability insurance = 1 000 000 GBP. Professional indemnity insurance = 5 000 000 GBP. The contract award criteria will be price 30%/quality 70%. 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. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full. 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 (Reliance on the capacity of others) and (Subcontractors) on PCS-T. These parties must complete the first 3 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. Bidders will be required to confirm whether they intend to sub-contract and if so, for what proportion of the contract. 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 The buyer is using PCS-Tender to conduct this ITT exercise. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21612. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:696647)

Reference

Domains