Tender

New Scots Refugee Integration Evaluation

  • Scottish Government

F02: Contract notice

Notice identifier: 2021/S 000-013637

Procurement identifier (OCID): ocds-h6vhtk-02bcb8

Published 16 June 2021, 3:05pm



The closing date and time has been changed to:

30 July 2021, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Scottish Government

4 Atlantic Quay, 70 York St

Glasgow

G2 8EA

Contact

Gary Crombie

Email

Gary.Crombie@gov.scot

Telephone

+44 7392287522

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.scotland.gov.uk

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