Buyer Name: Scottish Government
Buyer Address: 4 Atlantic Quay, 70 York St, Glasgow, UKM, G2 8EA, United Kingdom
Contact Name: Sophie Stark
Contact Email: sophie.stark@gov.scot
Contact Telephone: +44 412425466
Buyer Name: Scottish Government
Buyer Address: 4 Atlantic Quay, 70 York St, Glasgow, UKM, G2 8EA, United Kingdom
Contact Name: Sophie Stark
Contact Email: sophie.stark@gov.scot
Contact Telephone: +44 412425466
The Scottish Government has a requirement to place a contract with an external service provider for the provision of a National Kinship Care Advice Service. The Scottish Government Children and Families Directorate, on behalf of the Care Experience and Whole Family Wellbeing division, wishes to commission a National Kinship Care Service. The purpose of the Service is to provide relevant support, and up to date advice and information, including peer support, specifically tailored to the needs of kinship carers and children and young people living in kinship care. The new service should also provide a platform for bringing kinship care families together and the sharing of practice between local authorities and other agencies.
No linked documents found for this notice.
Lot Description: The procurement will follow an Open Procedure. If there are named subcontractors/technicians upon which the bidder will rely to meet the selection criteria, these named parties must complete and reattach the SPD Supplier Response Form attached to SPD questions 2C.1.1 (Technicians) and 2D.1.2 (Subcontractors) on PCS-T. Scottish Government reserves the right to request this information from relevant parties upon whom the main bidder will not rely to fulfil selection criteria. 4C.4 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. 4C.7 Light Touch: Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements: Evidence that their organisation has taken steps to build their awareness of the climate change emergency and consideration of how they will respond. This should include details of planned projects and actions to reduce the bidder’s carbon emissions. 4C.10 Bidders will be required to confirm whether they intend to sub-contract and if so, for what proportion of the contract. Bidders must confirm that they will pay staff that are involved in the delivery of services under the contract, at least the real Living Wage. Any tenderer who answers "No" to this question will not be subject to further evaluation. Bidders will be required to complete a Supplier Assurance Questionnaire with a Moderate risk allocated. Suppliers must pass the initial questionnaire or provide a Cyber Implementation Plan.
Lot 1 Status: active
Lot 1 Has Options: Yes
Lot 1 Options: There is a 12 month optional period that will be utilised at Scottish Ministers discretion.
Lot 1 Contract Start: 2025-09-01T00:00:00+01:00
Lot 1 Contract End: 2027-03-31T23:59:59+01:00
Lot 1 Award Criterion (quality): Quality
{
"buyer": {
"id": "GB-FTS-10601",
"name": "Scottish Government"
},
"date": "2025-04-03T15:39:06+01:00",
"description": "SPD will be scored on a pass/fail basis.\nThe contract award criteria will be Price 20%/Quality 80 %.\nQuestion Scoring Methodology for Award Criteria outlined in invitation to tender:\n0 \u2014 Unacceptable. Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.\n1 \u2014 Poor. Response is partially relevant but generally poor. The response addresses some elements of the\nrequirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be\nfulfilled.\n2 \u2014 Acceptable. Response is relevant and acceptable. The response addresses a broad understanding of the\nrequirement but may lack details on how the requirement will be fulfilled in certain areas.\n3 \u2014 Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good\nunderstanding and provides details on how the requirements will be fulfilled.\n4 \u2014 Excellent. Response is completely relevant and excellent overall.\nBidders must complete the SPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria\nfor this procurement.\nThe buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28636. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343\nA sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363\nCommunity benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/\nA summary of the expected community benefits has been provided as follows:\nThe tenderer must provide a Community Benefits proposal that is relevant to the subject matter of this contract and supports the Scottish Ministers\u2019 commitment to contributing to the social, economic \u0026 environmental well-being of the people of Scotland, as described in the specification.\nTenderers should not provide details of any existing initiatives they already undertake as part of their day-to-day business and the community benefits proposed must be generated specifically for and as a result of this contract.\nTenderers should outline their intended outcomes, a method statement should be provided on how Tenderers propose to deliver on the proposal. This may be; employment, skills and training requirements which may include but not be limited to providing Community Workshops, Outreach and Education Programmes and Support Groups.\nProposals can be innovative but must be tangible and measurable, so that they can be monitored and reported throughout the contract.\n(SC Ref:791516)",
"id": "012883-2025",
"initiationType": "tender",
"language": "en",
"links": [
{
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000788696",
"rel": "canonical"
}
],
"ocid": "ocds-h6vhtk-04d5fb",
"parties": [
{
"address": {
"countryName": "United Kingdom",
"locality": "Glasgow",
"postalCode": "G2 8EA",
"region": "UKM",
"streetAddress": "4 Atlantic Quay, 70 York St"
},
"contactPoint": {
"email": "sophie.stark@gov.scot",
"name": "Sophie Stark",
"telephone": "+44 412425466",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"details": {
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482",
"classifications": [
{
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions",
"id": "MINISTRY",
"scheme": "TED_CA_TYPE"
},
{
"description": "General public services",
"id": "01",
"scheme": "COFOG"
}
],
"url": "http://www.scotland.gov.uk"
},
"id": "GB-FTS-10601",
"identifier": {
"legalName": "Scottish Government"
},
"name": "Scottish Government",
"roles": [
"buyer",
"centralPurchasingBody"
]
},
{
"address": {
"countryName": "United Kingdom",
"locality": "Edinburgh",
"streetAddress": "27 Chamber Street"
},
"id": "GB-FTS-72427",
"identifier": {
"legalName": "Sherrif Court House"
},
"name": "Sherrif Court House",
"roles": [
"reviewBody"
]
}
],
"tag": [
"tender"
],
"tender": {
"awardPeriod": {
"startDate": "2025-05-06T14:00:00+01:00"
},
"bidOpening": {
"date": "2025-05-06T14:00:00+01:00"
},
"classification": {
"description": "Social work and related services",
"id": "85300000",
"scheme": "CPV"
},
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"contractTerms": {
"electronicInvoicingPolicy": "allowed",
"hasElectronicOrdering": true,
"hasElectronicPayment": true,
"performanceTerms": "It shall be a condition of the Contract that, if required by the Scottish Government, the appointed Service Provider shall deliver a validly\nexecuted Parent Company Guarantee in the form set out in the tender documents."
},
"coveredBy": [
"GPA"
],
"description": "The Scottish Government has a requirement to place a contract with an external service provider for the provision of a National Kinship Care Advice Service.\nThe Scottish Government Children and Families Directorate, on behalf of the Care Experience and Whole Family Wellbeing division, wishes to commission a National Kinship Care Service. The purpose of the Service is to provide relevant support, and up to date advice and information, including peer support, specifically tailored to the needs of kinship carers and children and young people living in kinship care. The new service should also provide a platform for bringing kinship care families together and the sharing of practice between local authorities and other agencies.",
"hasRecurrence": false,
"id": "CASE/758852",
"items": [
{
"deliveryAddresses": [
{
"region": "UKM"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "80",
"name": "Quality",
"type": "quality"
},
{
"description": "20",
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2027-03-31T23:59:59+01:00",
"startDate": "2025-09-01T00:00:00+01:00"
},
"description": "The procurement will follow an Open Procedure.\nIf there are named subcontractors/technicians upon which the bidder will rely to meet the selection criteria, these named parties must complete and reattach the SPD Supplier Response Form attached to SPD\nquestions 2C.1.1 (Technicians) and 2D.1.2 (Subcontractors) on PCS-T.\nScottish Government reserves the right to request this information from relevant parties upon whom the\nmain bidder will not rely to fulfil selection criteria.\n4C.4 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 \u201cYes\u201d to this question will not have their tender considered further.\n4C.7 Light Touch: Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements: Evidence that their organisation has taken steps to build their awareness of the climate change emergency and consideration of how they will respond. This should include details of planned projects and actions to reduce the bidder\u2019s carbon emissions.\n4C.10 Bidders will be required to confirm whether they intend to sub-contract and if so, for what proportion of the\ncontract.\nBidders must confirm that they will pay staff that are involved in the delivery of services under the contract, at least the real Living Wage. Any tenderer who answers \"No\" to this question will not be subject to further evaluation.\nBidders will be required to complete a Supplier Assurance Questionnaire with a Moderate risk allocated. Suppliers must pass the initial questionnaire or provide a Cyber Implementation Plan.",
"hasOptions": true,
"hasRenewal": true,
"id": "1",
"options": {
"description": "There is a 12 month optional period that will be utilised at Scottish Ministers discretion."
},
"renewal": {
"description": "One period of 12 months."
},
"status": "active",
"submissionTerms": {
"variantPolicy": "notAllowed"
}
}
],
"mainProcurementCategory": "services",
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"selectionCriteria": {
"criteria": [
{
"appliesTo": [
"supplier"
],
"description": "Current Ratio of 1.1\nThe acceptable range for each financial ratio is:\n1 April 2020: 31 March 2023\nThe ratio will be calculated as follows:\ntotal current assets divided by total current liabilities.",
"minimum": "Employer\u2019s (Compulsory) Liability Insurance = as required by law\nPublic Liability Insurance = 2,000,000 (2 million) GBP\nProfessional Risk Indemnity Insurance = 2,000,000 (2 million) GBP",
"type": "economic"
}
]
},
"status": "active",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"submissionTerms": {
"bidValidityPeriod": {
"durationInDays": 180
},
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-05-06T12:00:00+01:00"
},
"title": "DCAF-National Kinship Care Advice Service",
"value": {
"amount": 697500.0,
"currency": "GBP"
}
}
}