Section one: Contracting authority
one.1) Name and addresses
Scottish Government
5 Atlantic Quay,
Glasgow
G2 8LU
Telephone
+44 7197497741
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Scotland wide integration support service for forced migrants.
Reference number
CASE/737512
two.1.2) Main CPV code
- 72253000 - Helpdesk and support services
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Government Asylum and Refugee Integration Team is seeking a service provider to deliver a contracted Scotland-wide integration support service for forced migrants.
The current grant funded Refugee Support Service provides a programme of support interventions;
Helping forced migrants living in Scotland to improve their understanding of their rights, offering information, advice and advocacy on accessing these rights, so they can restore the social and economic independence needed to build a new life as part of Scottish society.
A free and confidential helpline for all forced migrants across Scotland, providing a triage function to undertake a preliminary assessment of the nature and urgency of their need to determine required action. This leads to provision of information and advice or signposting and making referrals when more relevant support or expertise are provided by other organisations;
Comprehensive and up-to-date data and insights from across different refugee programmes in Scotland, informing and contributing to the overall implementation of Scotland’s policy framework of refugee integration.
A team of Regional Integration Coordinators, advisers and regional volunteers who oversee each region, working closely with forced migrants, communities and service delivery partners to coordinate support, centralise and improve access to information on regional support and resources, preventing duplication of services and ensures the approach complements and enhances existing local provision.
two.1.5) Estimated total value
Value excluding VAT: £14,400,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 98133100 - Civic betterment and community facility support services
- 72253100 - Helpdesk services
- 79530000 - Translation services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
A contract to be placed using Open Procedure
two.2.5) Award criteria
Quality criterion - Name: Subject Matter Expert / Weighting: 20
Quality criterion - Name: Service Requirements / Weighting: 20
Quality criterion - Name: System Requirements and Technology / Weighting: 20
Quality criterion - Name: Equality, Human Rights, Exploitation and Health and Safety / Weighting: 20
Quality criterion - Name: Business Continuity and Disaster Recovery (BCDR) / Weighting: 5
Quality criterion - Name: Fair Work / Weighting: 5
Quality criterion - Name: Community Benefits / Weighting: 5
Quality criterion - Name: Climate Emergency / Weighting: 5
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
30
This contract is subject to renewal
Yes
Description of renewals
Following the end of the initial contract period of 30 months the contract maybe extended by a further 2 X 12 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
4A.1 of SPD - Bidders must demonstrate that all Helpline staff and Caseworker staff are be registered with Immigration Advice Authority (IAA)
4A.2.1 of SPD - Bidders must demonstrate their authorisation/Membership of the Helplines Partnership
three.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders must demonstrate a current ratio of 1.5 or more
Current ratio will be calculated as follows net current assets divided by net current liabilities.
There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing
Minimum level(s) of standards required:
Bidders must have in place the minimum Insurance Levels
Public Liability 5,000,000 GBP,
Professional indemnity 5,000,000 GBP
Employers Liability GBP in accordance with any legal obligation for the time being in force.
Such insurances must be maintained for the duration of the Contract and for a minimum of 5 years following the expiry or termination of
the contract as appropriate
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C6 of SPD - Bidders must demonstrate that their Helpline and Casework staff or anyone giving immigration advice hold the Educational and Professional Qualifications - Qualification required is OISC Level 1
three.2) Conditions related to the contract
three.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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-038487
four.2.2) Time limit for receipt of tenders or requests to participate
Date
6 May 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
6 May 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Tenderers to note the budget of 14400000 is an approximate value for the entire duration of the contract.
4C7 of SPD Bidders are required to complete the Bidder ‘priority contract’ Climate Change Plan Template using this form to supply information about your organisation’s calculated scope 1 & 2 carbon emissions, your scope 1 & 2 emission reduction targets & the actions that your organisation is taking to realise emissions reduction.
Bidders to note there is a Cyber requirement. Bidders must demonstrate the extent to which they meet the Purchaser‘s minimum requirements in respect of Cyber Security for this contract by completing the relevant Supplier Assurance Questionnaire (SAQ) The Cyber Risk Profile for this contract is High.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28463. 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-procurement/
A summary of the expected community benefits has been provided as follows:
Specific to this requirement Service Providers will be expected to consider have been asked to consider:
-their commitment to supporting the development of Small to Medium enterprises (SMEs), Social Enterprises and Supported Businesses;
-their commitment to engaging with local communities to effectively educate residents about forced migrants, aiming to dispel myths and promote understanding and inclusivity. This may include drop in centres, public education and awareness sessions and/ or community coffee mornings or gatherings; and mental health and social support for migrants or social events to drive community networking to help connect migrants to their new community.
The above is the minimum requirements to be considered, however, we would welcome additional proposals that offer a substantial benefit to both the local communities and/ or forced migrants.
(SC Ref:791867)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
Edinburgh
Country
United Kingdom