Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Scottish Government
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
UK
Contact person: Gary Crombie
Telephone: +44 7392287522
E-mail: Gary.Crombie@gov.scot
NUTS: UKM
Internet address(es)
Main address: http://www.scotland.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
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/esop/pts-host/public/pts/web/login.html
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Domestic and International Relocation Services
Reference number: 720068
II.1.2) Main CPV code
98392000
II.1.3) Type of contract
Services
II.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
II.1.5) Estimated total value
Value excluding VAT:
920 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
79111000
79613000
II.2.3) Place of performance
NUTS code:
UKM
II.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.
II.2.5) Award criteria
Criteria below:
Quality criterion: Understanding the Requirement
/ Weighting: 30
Quality criterion: Staff Knowledge and Skills
/ Weighting: 30
Quality criterion: Contract Management
/ Weighting: 20
Quality criterion: Climate Emergency
/ Weighting: 5
Quality criterion: Community Benefits
/ Weighting: 5
Quality criterion: Fairwork
/ Weighting: 5
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
920 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
Contract may be extended by 12 months at Scottish Ministers discretion
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
EuRA is the professional industry body for relocation providers and affiliated services. As a non-profit organisation EuRA promotes professional relocation services.
Bidders must be a member of EuRA further information can be found on their website
https://www.eura-relocation.com (copy the hyperlink into your web browser for access)
III.1.2) Economic and financial standing
Minimum level(s) of standards required:
Minimum level(s) of standards required:
SPD 4B.4
Bidders must demonstrate a Current Ratio of no less than 1.0. 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.
SPD Statement for 4B.5
It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any
contract, the insurances indicated below:
Employer's (Compulsory) Liability Insurance = 5 million GBP Public Liability Insurance = 5 million GBP
Professional Indemnity Insurance = 1 million GBP
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
It shall be a condition of the Contract that, if required by the Scottish Government, the appointed Service Provider shall deliver a validly
executed Parent Company Guarantee in the form set out in the tender documents
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
07/04/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
08/04/2025
Local time: 14:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28489. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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 will be a scored question with a weighting of 5 percent. The winning Bidders responses to this section will become a contract condition.
(SC Ref:789224)
VI.4) Procedures for review
VI.4.1) Review body
Sheriff Court House
27 Chamber Street
Edinburgh
UK
VI.5) Date of dispatch of this notice
11/02/2025