Award

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

SCOTTISH GOVERNMENT

This public procurement record has 2 releases in its history.

Award

06 Apr 2023 at 12:51

Tender

16 Dec 2022 at 16:49

Summary of the contracting process

The Scottish Government has initiated a tender for the "Provision of Support Services and Delivery of Accommodation Outcomes for Scottish Government response to the Ukraine Crisis" under the main procurement category of services in the housing services industry. This tender, managed by the Scottish Government, has an active status and a value of £10,000,000 GBP. The contract is intended to last for 12 months with a possible 6-month extension. The procurement method is an open procedure with a submission deadline of January 27, 2023. The tender is aimed at providing humanitarian support services and accommodation outcomes in response to the Ukraine Crisis.

This tender from the Scottish Government presents an opportunity for businesses involved in modular and portable buildings, business and management consultancy, and crisis management services to compete. The procurement stage is currently active, offering a chance for businesses to engage in a significant contract with a clear focus on delivering essential support services. Companies that can demonstrate experience in providing similar services, as well as proficiency in supply chain management and prompt payment practices, are well-suited to compete for this tender and contribute to the ongoing humanitarian efforts to assist displaced persons in Scotland.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

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

Notice 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.

Lot Information

Lot 1

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: 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-039230
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/010171-2023
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

70 - Real estate services

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

44211100 - Modular and portable buildings

70333000 - Housing services

79400000 - Business and management consultancy and related services

79430000 - Crisis management services

Notice Value(s)

Tender Value
£10,000,000 £10M-£100M
Lots Value
£10,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
6 Apr 20232 years ago
Submission Deadline
27 Jan 2023Expired
Future Notice Date
Not specified
Award Date
6 Apr 20232 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Cancelled
Lots Status
Cancelled
Awards Status
Unsuccessful
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
SCOTTISH GOVERNMENT
Contact Name
Not specified
Contact Email
jan.gillon@gov.scot
Contact Phone
+44 1412420133

Buyer Location

Locality
GLASGOW
Postcode
G2 8EA
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM Scotland

Local Authority
Glasgow City
Electoral Ward
Anderston/City/Yorkhill
Westminster Constituency
Glasgow North

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-039230-2023-04-06T13:51:55+01:00",
    "date": "2023-04-06T13:51:55+01:00",
    "ocid": "ocds-h6vhtk-039230",
    "description": "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. (SC Ref:728582)",
    "initiationType": "tender",
    "tender": {
        "id": "CASE/631724",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Provision of Support Services and Delivery of Accommodation Outcomes for Scottish Government response to the Ukraine Crisis.",
        "status": "cancelled",
        "classification": {
            "scheme": "CPV",
            "id": "70333000",
            "description": "Housing services"
        },
        "mainProcurementCategory": "services",
        "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.",
        "value": {
            "amount": 10000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "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. 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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "value": {
                    "amount": 10000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "44211100",
                        "description": "Modular and portable buildings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79400000",
                        "description": "Business and management consultancy and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79430000",
                        "description": "Crisis management services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "communication": {
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Bidders must demonstrate a Current Ratio of no less than 1. 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.",
                    "minimum": "Public Liability (In the sum not less) 5,000,000 Professional Indemnity (in the sum not less) 5,000,000 Employers Liability (Legal Requirement) 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.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "4C.1.2 Experience and Examples- Tenderers must provide an overview and 1 examples which demonstrate their experience in providing similar services. 4C.4 Supply Chain Management and Prompt Payment of subcontractors- Tenderers must provide a statement of the relevant supply chain management and/or tracking systems as detailed within the Single Procurement Document, of the Invitation to Tender document. 4D.1-4D.1.2(parts 1 & 2)Quality Management Procedures (i.e. BS EN ISO 9001 or equivalents); Health and Safety Procedures (i.e. OHSAS 18001 or ISO 45001 or equivalents); Environmental Management Systems/Standards Certificates (i.e. BS EN ISO 14001 or equivalents)",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-01-27T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2023-01-27T12:30:00Z"
        },
        "bidOpening": {
            "date": "2023-01-27T12:30:00Z"
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-10601",
            "name": "Scottish Government",
            "identifier": {
                "legalName": "Scottish Government"
            },
            "address": {
                "streetAddress": "4 Atlantic Quay, 70 York St",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G2 8EA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1412420133",
                "email": "jan.gillon@gov.scot",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.scotland.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-4630",
            "name": "Edinburgh Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Edinburgh Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH11LB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-10601",
        "name": "Scottish Government"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000716927"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "010171-2023-CASE/631724-1",
            "relatedLots": [
                "1"
            ],
            "status": "unsuccessful",
            "statusDetails": "discontinued"
        }
    ]
}