Section one: Contracting authority
one.1) Name and addresses
Scottish Government
4 Atlantic Quay, 70 York St
Glasgow
G2 8EA
Telephone
+44 1412420133
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
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