{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000716323-2022-12-12T00:00:00Z",
    "date": "2022-12-12T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000716323",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-1",
            "name": "Scottish Government",
            "identifier": {
                "legalName": "Scottish Government"
            },
            "address": {
                "streetAddress": "Marine Scotland, Marine Laboratory, 375 Victoria Road, Torry",
                "locality": "Aberdeen",
                "region": "UKM",
                "postalCode": "AB11 9DB"
            },
            "contactPoint": {
                "name": "Bob McLeod",
                "email": "bob.mcleod@gov.scot",
                "telephone": "+44 1312443567",
                "url": "http://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "mediationBody",
                "reviewContactPoint"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Ministry or any other national or federal authority, including their regional or local subdivisions",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.scotland.gov.uk"
            }
        },
        {
            "id": "org-24",
            "name": "Edinburgh Sheriff Court",
            "identifier": {
                "legalName": "Edinburgh Sheriff Court"
            },
            "address": {
                "streetAddress": "27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Scottish Government",
        "id": "org-1"
    },
    "tender": {
        "id": "608049",
        "title": "Scottish Prisons Assessment and Review of Outcomes for Women",
        "description": "The Scottish Government's (SG) Justice Analytical Services (JAS), on behalf of Scottish Ministers and the Scottish Prison Service (SPS), wishes to commission a research project to evaluate the early impact and emerging outcomes of SPS's new innovative model of Community Custody Units (CCUs). The CCU model for women in custody in Scotland is underpinned by SPS's new Strategy for Women in Custody 2021-2025. As a result of this Strategy, SPS, together with key stakeholders and partners, has re-designed the custodial arrangements for women to ensure both the physical environment and available services are gender-specific and trauma-informed, meeting the needs of women in their care. An important element of this is creating an environment and conditions which are based on safety, respect and dignity.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "73110000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 100000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2023-01-30T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2023-01-30T12:00:00Z"
        },
        "documents": [
            {
                "id": "DEC466638",
                "documentType": "contractNotice",
                "title": "Scottish Prisons Assessment and Review of Outcomes for Women",
                "description": "The Scottish Government's (SG) Justice Analytical Services (JAS), on behalf of Scottish Ministers and the Scottish Prison Service (SPS), wishes to commission a research project to evaluate the early impact and emerging outcomes of SPS's new innovative model of Community Custody Units (CCUs). The CCU model for women in custody in Scotland is underpinned by SPS's new Strategy for Women in Custody 2021-2025. As a result of this Strategy, SPS, together with key stakeholders and partners, has re-designed the custodial arrangements for women to ensure both the physical environment and available services are gender-specific and trauma-informed, meeting the needs of women in their care. An important element of this is creating an environment and conditions which are based on safety, respect and dignity.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC466638",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The overall aim is to evaluate the early impact and emerging outcomes of SPS's new innovative model of Community Custody Units (CCUs) in Scotland, particularly to help inform: 1. Ongoing improvement of gender-specific and trauma-informed care and support for women in custody (multi-disciplinary approaches that will serve the rehabilitative needs of women in custody); 2. ongoing improvement of gender-specific and trauma-informed care and support for women on release, and on their return to their community (building on each women's assets, based on their strengths and their needs); 3. continual support and professional development for SPS staff to work in gender-specific and trauma-informed ways; 4. ongoing improvement of partnership working with delivery partners to design and deliver the appropriate range of person-centred services that are gender-specific and trauma-informed; 5. learning on changing relational, behavioural and cultural dynamics through adopting gender-specific and trauma-informed approaches to care for, and support women in custody; 6. policy decisions in the future, specifically on the implications of the CCU model for other population groups in custody; and, 7. the global evidence base on innovative models of custodial care.",
                "status": "active",
                "options": {
                    "description": "Option to extend for a further one 6-month period at the sole discretion of the Scottish Government."
                },
                "hasOptions": true,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 540
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend for a further one 6-month period at the sole discretion of the Scottish Government."
                }
            }
        ],
        "bidOpening": {
            "date": "2023-01-30T12:00:00Z"
        },
        "communication": {
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "It shall be a condition of the Contract that, if required by the Scottish Government, the appointed Service Provider shall deliver a validly executed Parent Company Guarantee in the form set out in the tender documents."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "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 Insurance: 5,000,000 GBP Employer's (Compulsory) Liability Insurance: (in accordance with any legal obligation) Public Liability Insurance: 1,000,000 GBP"
                },
                {
                    "type": "technical",
                    "description": "4C.4 Bidders are asked to provide a statement of the relevant supply chain management and/or tracking systems used. 4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract (FOR INFORMATION PURPOSES ONLY)"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "classification": {
            "id": "73110000",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "SPD (SCOTLAND) STAGE . Bidders must respond to each question contained in the SPD (Scotland) (in the Qualification Envelope in PCS-T). . In assessing responses to the SPD (Scotland), a 'Pass'/'Fail' score will be awarded to each question. Only tenders that achieve a 'Pass' for all questions in the SPD (Scotland) will proceed to the Quality and Price analysis. . 2D.1, 2D.1.1 and 2D.1.2 - Bidders must confirm if they intend to subcontract any share of the Contract to third parties, to (in so far as known) list the proposed subcontractors, and to submit a completed 'SPD (Scotland) - Subcontractors - Supplier Response' for each of the subcontractors concerned. AWARD STAGE . The Award Criteria are Quality 70% / Price 30%. . Quality Breakdown: - Understanding of the SPAROW Requirement (15%) - Research Design, Methodology and Ethics (35%) - Staffing Arrangements (15%) - Project Management, Communication and Risk Assessment (15%) - Cyber Security and Data Protection (10%) - Fair Work First (5%) - Benefits Business Continuity and Disaster Recovery (BCDR) (5%) - Climate Emergency (Not Scored) - Community Benefits (Not Scored) . The question scoring methodology for the Award Criteria shall be: . 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 confirm that they will pay staff that are involved in the delivery of services under the contract, at least the real Living Wage. Any tenderer who answers \"No\" to this question will not be subject to further evaluation. . Bidders must confirm that they will include the standard clause in all contracts used in the delivery of the requirements, ensuring payment of subcontractors at all stages of the supply chain within 30 days and include a point of contact for subcontractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance and provision of evidence and reporting to the Scottish Government on a regular basis. Bidders who fail to answer \"Yes\" to this question will not have their tender considered further. . 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 . 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 buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23065. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:716323)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000716323"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Notice"
}