Section one: Contracting authority
one.1) Name and addresses
Scottish Government
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
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.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
Domestic and International Relocation Services
Reference number
720068
two.1.2) Main CPV code
- 98392000 - Relocation services
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Government has a requirement to place a contract with an external service provider for the provision of Domestic and International Relocation Services. Excluding Office or Corporate relocation
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £920,000
two.2) Description
two.2.2) Additional CPV code(s)
- 79111000 - Legal advisory services
- 79613000 - Employee relocation services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The Scottish Government has a requirement to place a contract with an external service provider for the provision of Domestic and International Relocation Services.
The Contract will cover permanent transfer locations within the Scottish mainland and the Scottish Islands. The Contract will cover permanent transfers to or from Scotland (and Scottish Islands) and the rest of the United Kingdom. The Contract will cover the temporary transfers of employees to international destinations outwith the United Kingdom. The Contract will cover the repatriation of employee from the temporary international destinations. Repatriation is expected to be a return to Scotland (including Scottish Islands), or a return to a destination in the rest of the United Kingdom, but repatriation may also be to an international destination.
two.2.5) Award criteria
Quality criterion - Name: Understanding the Requirement / Weighting: 30
Quality criterion - Name: Staff Knowledge and Skills / Weighting: 30
Quality criterion - Name: Contract Management / Weighting: 20
Quality criterion - Name: Climate Emergency / Weighting: 5
Quality criterion - Name: Community Benefits / Weighting: 5
Quality criterion - Name: Fairwork / Weighting: 5
Price - Weighting: 40
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 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: 2025/S 000-004493
Section five. Award of contract
Contract No
720068
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
23 July 2025
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Santa Fe Relocation
1 Lyric Square
London
W6 0NB
Country
United Kingdom
NUTS code
- UKI33 - Kensington & Chelsea and Hammersmith & Fulham
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £920,000
Section six. Complementary information
six.3) Additional information
SPD will be scored on a pass/fail basis.
The contract award criteria will be Price 40%/Quality 60 %.
Question Scoring Methodology for Award Criteria outlined in invitation to tender:
0 — Unacceptable. Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.
1 — Poor. Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.
2 — Acceptable. Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.
3 — Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.
4 — Excellent. Response is completely relevant and excellent overall.
Bidders must complete the SPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement.
Bidders must confirm that they will include the standard clause in all contracts used in the delivery of the requirements, ensuring payment of subcontractors at all stages of the supply chain within 30 days and include a point of contact for subcontractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance and provision of evidence and reporting to the Scottish Government on a regular basis.
Bidders who fail to answer “Yes” to this question will not have their tender considered further.
(SC Ref:805123)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House
27 Chamber Street
Edinburgh
Country
United Kingdom