Tender

Talent Attraction and Migration Service

  • Scottish Government

F02: Contract notice

Notice identifier: 2023/S 000-023354

Procurement identifier (OCID): ocds-h6vhtk-038d55

Published 10 August 2023, 11:32am



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

4 Atlantic Quay, 70 York St

Glasgow

G2 8EA

Email

sarah.pagan@gov.scot

Telephone

+44 1412420133

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/esop/pts-host/public/pts/web/login.html

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/esop/pts-host/public/pts/web/login.html

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

Talent Attraction and Migration Service

Reference number

CASE/594810

two.1.2) Main CPV code

  • 79100000 - Legal services

two.1.3) Type of contract

Services

two.1.4) Short description

Moving to another country can be challenging. The Scottish Government wants people not only to move to Scotland, but to stay. Migrants’ first few months here and their reception are crucial to their overall experience. The service will provide information and advice to people who are thinking about moving to Scotland, or who have just moved here. TAMS will provide up-to-date and accurate information in plain English. This information will cover topics to help people move and settle into their communities. The service will provide bespoke one-to-one advice.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1 - Immigration support for employers

Lot No

1

two.2.2) Additional CPV code(s)

  • 79100000 - Legal services
  • 79110000 - Legal advisory and representation services
  • 79140000 - Legal advisory and information services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Many employers in Scotland face skills shortages. The ending of free movement has made it harder for employers to get the talent they need. The UK’s immigration system is complex and bureaucratic. Employers require good quality advice and information to help them navigate the system. Our discovery work to date suggests that employers’ immigration needs are best met through three tiers of support.

Tier one will be a universal offer, available to everyone, and will include the provision of up-to-date and accurate immigration information in plain English.

Tier two support will be a ‘one to many’ offer. It will assist employers who are actively seeking to recruit talent to Scotland.

Tier three support will entail one-to-one advice for employers whose needs are not met through the first two tiers. The supplier will be responsible for organising, hosting and delivering advice sessions.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,750,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 November 2023

End date

31 March 2026

This contract is subject to renewal

Yes

Description of renewals

Optional extension period of 12 months up until 31 March 2027.

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

two.2) Description

two.2.1) Title

Lot 2 - Reception support for people moving to Scotland

Lot No

2

two.2.2) Additional CPV code(s)

  • 79100000 - Legal services
  • 79111000 - Legal advisory services
  • 79140000 - Legal advisory and information services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

People face challenges when moving to another country. The Scottish Government want people not only to move to Scotland, but to stay. People need good quality information to plan and execute their move. People’s first few months in Scotland and their reception is crucial to their overall experience. We therefore seek a supplier that will provide information and advice to people who have decided to move to Scotland, or who have just moved here. Our discovery work suggests that people’s reception needs are best met through two tiers of support.

Tier 1 support will be up-to-date and accurate information about moving to Scotland in plain English.

Tier 2 support will be one-to-one advice to people in the UK. The supplier will be responsible for organising, hosting and delivering the advice sessions.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,150,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 November 2023

End date

31 March 2026

This contract is subject to renewal

Yes

Description of renewals

Optional extension period of 12 months up until 31 March 2027.

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

Lots 1 and 2 entail the provision of immigration advice, which is regulated by the 1999 Immigration and Asylum Act. The provider will be regulated by a relevant professional body (such as the Law Society of Scotland) or with the Office of the Immigration Services Commissioner. The supplier will be responsible for meeting the compliance requirements of their respective professional or regulatory bodies. We expect advisors to meet at least the OISC’s Level 1 immigration competence or equivalent.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Financial Ratio - The 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.

Insurance - Bidders must confirm they already have or commit to obtain the levels of insurance indicated as follows; Public Liability, Professional Risk Indemnity, Employer's (Compulsory) Liability.

Minimum level(s) of standards possibly required

Bidders must demonstrate a Current Ratio of greater than 1.

Bidders must confirm they already have or commit to obtain the levels of insurance indicated as follows; Public Liability 5 Million GBP, Professional Risk Indemnity 2 Million GBP, Employer's (Compulsory) Liability in accordance with any legal obligation for the time being in force.

three.1.3) Technical and professional ability

List and brief description of selection criteria

The provision of immigration advice is regulated, and the provider will meet the provisions of the Immigration and Asylum Act 1999. The provider must be a member or a relevant professional body or registered with the OISC.

Minimum level(s) of standards possibly required

Advice provided must meet, at a minimum, Level 1 standards of the Office of Immigration Services Commissioner (OISC) or equivalent.

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

This service involves the provision of immigration advice, which is regulated by the 1999 Immigration and Asylum Act. The provider will be regulated by a relevant professional body (such as the Law Society of Scotland) or with the Office of the Immigration Services Commissioner. The supplier will be responsible for meeting the compliance requirements of their respective professional or regulatory bodies. We expect advisors to meet at least the OISC’s Level 1 immigration competence or equivalent.


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: 2022/S 000-035346

four.2.2) Time limit for receipt of tenders or requests to participate

Date

11 September 2023

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

11 September 2023

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

SPD (Scotland) will be scored on a pass/ fail basis.

Bidders must download and complete a separate SPD (Scotland) form for any subcontractors involved in the delivery of this service.

List and brief description of selection criteria:

Part 2A-D - Information about the bidder, Form of participation, Reliance on other entities, Subcontractors

Part 3A-D - Grounds relating to criminal convictions, Payment of taxes,Blacklisting, Social/ Labour Law, Bankruptcy and Insolvency, Creditors, Liquidation, Professional misconduct, Conflicts of interest.

Part 4A-C - Professional Registers, Services contracts, Economic and financial standing, Subcontracting, Professional Accreditation, Supply Chain Management/ Tracking Systems used, Environmental management measures.

Please access invitation to tender documents via Public Contracts Scotland (Tender) via the following code - Project Code 24895.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24895. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement.

(SC Ref:741251)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court

Edinburgh

Country

United Kingdom