Section one: Contracting authority
one.1) Name and addresses
Scottish Government
4 Atlantic Quay, 70 York St
Glasgow
G2 8EA
Contact
Gary Crombie
Telephone
+44 7392287522
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
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
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
New Scots Refugee Integration Evaluation
Reference number
Case Ref: 560741
two.1.2) Main CPV code
- 79315000 - Social research services
two.1.3) Type of contract
Services
two.1.4) Short description
The aims of the evaluation are to:
- Evaluate the New Scots strategy and approach, including whether the New Scots outcomes, objectives and actions are being met.
- Assess the implementation of the AMIF-funded projects, including the extent to which they are achieving their intended outcomes.
- Support funded projects to develop their own self-evaluation, and support sharing of learning between funded projects.
- Generate insight, learning and recommendations from the projects and New Scots in relation to good practice, widening impact and innovation, including exploration of what has worked well and what hasn’t.
- Present and communicate findings and outputs in ways that are accessible and useful to a wide range of audiences, including for policymakers and practitioners.
The outputs of this work, alongside the other research and learning activity being carried out, will form part of a series of outputs from the AMIF-funded programme which are intended to contribute to a resource or ‘exemplar’ that will be useful to others working in this field, and which can be referred to as an example international good practice in refugee integration. It will also contribute to the existing evidence-base on refugee integration and help to guide the future New Scots approach in Scotland.
A range of potential questions for the evaluation have been identified, both in relation to the evaluation of the New Scots strategy (Table 1) and the evaluation of the AMIF-funded projects (Table 2), which provide a starting point for types of questions the evaluation should seek to answer. The questions draw on the evaluation questions set out in the MEL framework and cover three key areas: process, outcomes, and learning.
It should be noted that the questions identified do not need to be taken as a definitive list, but should instead act as a guide to the sort of questions we would anticipate the evaluation to address in order to meet the overarching aims outlined above. Tenderers are free to modify, add to, or replace questions in the proposed list, providing that a clear rationale is given, and it is apparent how the alternatives will address the evaluation aims.
two.1.5) Estimated total value
Value excluding VAT: £150,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79315000 - Social research services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The successful supplier will fulfil the aims of the evaluation which are to:
- Evaluate the New Scots strategy and approach, including whether the New Scots outcomes, objectives and actions are being met.
- Assess the implementation of the AMIF-funded projects, including the extent to which they are achieving their intended outcomes.
- Support funded projects to develop their own self-evaluation, and support sharing of learning between funded projects.
- Generate insight, learning and recommendations from the projects and New Scots in relation to good practice, widening impact and innovation, including exploration of what has worked well and what hasn’t.
- Present and communicate findings and outputs in ways that are accessible and useful to a wide range of audiences, including for policymakers and practitioners.
The outputs of this work, alongside the other research and learning activity being carried out, will form part of a series of outputs from the AMIF-funded programme which are intended to contribute to a resource or ‘exemplar’ that will be useful to others working in this field, and which can be referred to as an example international good practice in refugee integration. It will also contribute to the existing evidence-base on refugee integration and help to guide the future New Scots approach in Scotland.
A range of potential questions for the evaluation have been identified, both in relation to the evaluation of the New Scots strategy (Table 1) and the evaluation of the AMIF-funded projects (Table 2), which provide a starting point for types of questions the evaluation should seek to answer. The questions draw on the evaluation questions set out in the MEL framework and cover three key areas: process, outcomes, and learning.
It should be noted that the questions identified do not need to be taken as a definitive list, but should instead act as a guide to the sort of questions we would anticipate the evaluation to address in order to meet the overarching aims outlined above. Tenderers are free to modify, add to, or replace questions in the proposed list, providing that a clear rationale is given, and it is apparent how the alternatives will address the evaluation aims.
two.2.5) Award criteria
Quality criterion - Name: As set out in the ITT / Weighting: 80
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £150,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
27 September 2021
End date
30 December 2022
This contract is subject to renewal
No
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: Yes
Identification of the project
the European Commission’s Asylum, Migration and Integration Fund (AMIF)
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders must demonstrate a Current Ratio of 1 (one) or more. Current Ratio will be calculated as follows: net current assets divided by net current liabilities
Minimum level(s) of standards required:
Bidders must have in place the following minimum insurance levels:
- Public Liability Insurance - 1,000,000 GBP and unlimited in total;
- Professional Indemnity Insurance - 1,000,000 GBP
- Employer’s Liability Insurance - 5,000,000 GBP
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.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
23 July 2021
Local time
12:00pm
Changed to:
Date
30 July 2021
Local time
12:00pm
See the change notice.
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
23 July 2021
Local time
12:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18664. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:657531)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court Justice of the Peace 27
Chamber Street
Edinburgh
EH1 1LB
Country
United Kingdom