Provision of Support Services and Delivery of Accommodation Outcomes for Scottish Government response to the Ukraine Crisis

A Tender Notice
by SCOTTISH GOVERNMENT

Source
Find a Tender
Type
Contract (Services)
Duration
1 year
Value
£10M
Sector
FACILITY
Published
16 Dec 2022
Delivery
To 22 Jan 2024 (est.)
Deadline
27 Jan 2023 12:00

Concepts

Location

Scotland:

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

The Scottish Government has a requirement to place a contract with an external service provider for the provision of Humanitarian support services and delivery of accommodation outcomes for the Scottish Government in response to Ukraine Crisis.

Total Quantity or Scope

The Scottish Government has a requirement to place a contract with an external service provider for the provision of Humanitarian Support services and delivery of accommodation outcomes for the Scottish Government in response to Ukraine Crisis. The intended contract will be for a period of 12 months with the option to extend by 6 months. In July 2022, Scottish Government anticipated that that over the following months, increased numbers of Ukrainian displaced persons would arrive in Scotland and therefore a proactive planned emergency accommodation response was required. Having now agreed modular housing as the preferred accommodation option, a service provider is required to provide humanitarian crisis management services and lease, site readiness, install and maintenance of modular accommodation services to SG leased sites on a demand led basis.

Renewal Options

Optional extension period of 6 months to be included at a maximum value of up to 5,000,000 additional to the 10,000,000.

Award Criteria

Technical 70
price 30

CPV Codes

  • 70333000 - Housing services
  • 44211100 - Modular and portable buildings
  • 79400000 - Business and management consultancy and related services
  • 79430000 - Crisis management services

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. ** Technical Assessment - Full details of the technical criteria are detailed within Invitation to Tender. 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. Tenderers are also asked to confirm that they will pay staff that are involved in the delivery of services under the contract, at least the real Living Wage. 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. 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. Tenderers who do not pass these questions will not be subject to Commercial Analysis. As a result the tender will not be considered further. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23080. 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 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-pr... A summary of the expected community benefits has been provided as follows: A summary of the expected community benefits has been provided as follows: The service provider must set out what community benefits can be identified in the delivery of the contract. For example: - Number of jobs that will be created to deliver the contract and number of jobs filled by those in a Priority Group; - Number of Apprenticeships to be created to deliver the contract and number of Apprenticeships filled by Priority Groups; - Number of work placements for school pupils, college and university students and number of work placements for Priority Groups and; - Number of qualifications achieved through training by Priority Groups and number of qualifications achieved through training by other employees. (SC Ref:716927)

Reference

Domains