Tender

DECON-Labour Market Statistics and Financial Data Feasibility Project

  • Scottish Government

F02: Contract notice

Notice identifier: 2025/S 000-054594

Procurement identifier (OCID): ocds-h6vhtk-0595af

Published 8 September 2025, 11:59am



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

Victoria Quay

Edinburgh

EH6 6QQ

Email

marc.jones@gov.scot

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

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

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

DECON-Labour Market Statistics and Financial Data Feasibility Project

Reference number

795891

two.1.2) Main CPV code

  • 79310000 - Market research services

two.1.3) Type of contract

Services

two.1.4) Short description

The Scottish Government’s Labour Market Statistics team seeks to commission a feasibility study to assess the potential of using anonymised financial data to enhance national and sub-national labour market statistics. The feasibility study will establish if and how we can extract and assess labour market trends such as employment, unemployment and economic inactivity from financial data such as bank transactions, payroll records, or other administrative financial data. The ultimate aim of this study is to establish whether or not this type of data and methodology could add valuable insights to our existing statistics on an ongoing basis (subject to future procurement activities).

two.1.5) Estimated total value

Value excluding VAT: £148,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 73110000 - Research services
  • 79311400 - Economic research services
  • 71241000 - Feasibility study, advisory service, analysis
  • 79314000 - Feasibility study

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The Scottish Government’s Labour Market Statistics team seeks to commission a feasibility study to assess the potential of using anonymised financial data to enhance national and sub-national labour market statistics. The feasibility study will establish if and how we can extract and assess labour market trends such as employment, unemployment and economic inactivity from financial data such as bank transactions, payroll records, or other administrative financial data. The ultimate aim of this study is to establish whether or not this type of data and methodology could add valuable insights to our existing statistics on an ongoing basis (subject to future procurement activities).

Objectives

- Evaluate the feasibility of using financial data to enhance Scottish labour market statistics on employment, unemployment and economic inactivity.

- Develop a Scotland-specific dataset using anonymised financial data for feasibility analysis

- Validate Scotland-specific dataset against official statistics (e.g., Census 2022).

- Develop inference methodology and provide strategic recommendations for future data use in Scotland and the rest of the UK based on this.

Scope of Requirement

The requirement is for services. Specifically, we ask that suppliers provide the following, however, bidders are invited to suggest alternative approaches that could also meet the needs of the specification:

- Segmentation and categorisation of suppliers financial datasets to meet Scotland and sub-Scotland level breakdowns and categorisations of data, with a focus on demonstrating high quality data and robust sample sizes.

- Validation of dataset and research outputs against official national statistics, including the Scottish Census and other reference datasets, to evidence representativeness of the data based on criteria to be agreed, and accuracy of outputs.

- Methodology development to establish economic trends from suppliers financial data, specifically employment, unemployment and economic inactivity (see glossary).

- Data analysis services using anonymised financial data that the suppliers have access to, analyse outputs for trends in employment, unemployment and economic inactivity, alongside other economic variables, for Scotland and sub-Scotland geographies and different population groups.

- Geodemographic analysis to identify labour market trends across sex, age, and Local Authority as a minimum, although breakdowns by other protected equality characteristics would be beneficial.

- Strategic reporting to summarise methodologies and findings and potential uses of financial data in economic trends, recommend data provision formats and frequencies for ongoing delivery of data, and identify gaps in current labour market data provision.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Price - Weighting: 20

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

Duration in months

8

This contract is subject to renewal

Yes

Description of renewals

May be extended by one period of up to two months at the discretion of Scottish Ministers.

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.1.2) Economic and financial standing

List and brief description of selection criteria

Minimum Insurance Levels

Minimum level(s) of standards possibly required

Minimum Insurance Levels:

Public Liability - 5,000,000 (GBP)

Professional Risk Indemnity - 2,000,000 (GBP)

Employer’s (Compulsory) Liability - 10,000,000 (GBP)

three.1.3) Technical and professional ability

List and brief description of selection criteria

Supply Chain Management/Tracking Systems Used.

Proportion (%) to be Sub-Contracted.

Minimum level(s) of standards possibly required

Supply Chain Management/Tracking Systems Used: If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:

a) their standard payment terms

b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.

If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.

Proportion (%) to be Sub-Contracted: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.


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

Date

8 October 2025

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

8 October 2025

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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30093. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:809565)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court and Justice of the Peace Court

27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom