Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Inverclyde Council
Procurement, Municipal Buildings, Clyde Square
Greenock
PA15 1LX
UK
Telephone: +44 1475712634
E-mail: procurement@Inverclyde.gov.uk
NUTS: UKM83
Internet address(es)
Main address: http://www.inverclyde.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00168
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publictendersscotland.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Pathways to Employment and In-Work Support
Reference number: CP0636/EMP
II.1.2) Main CPV code
79611000
II.1.3) Type of contract
Services
II.1.4) Short description
Pathways to Employment and In-Work Support
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
79634000
80530000
85312310
80000000
II.2.3) Place of performance
NUTS code:
UKM83
II.2.4) Description of the procurement
Inverclyde Council would like to appoint an organisation, partnership or consortium to deliver a Pathways to Employment & In-Work Support service, wholly based within Inverclyde, covering all stages of the national 5-stage employability pathway model. This service must provide clear progression routes and improved employment outcomes for Inverclyde residents, particularly parents, who are unemployed or on low-income and experiencing barriers to employment, to support them to progress towards and into employment as well as improve their position within the labour market.
II.2.5) Award criteria
Criteria below:
Quality criterion: Delivery Methodology
/ Weighting: 10
Quality criterion: Resources & Expertise, Management & Reporting of Contract
/ Weighting: 15
Quality criterion: Output & Outcome Performance Statistics
/ Weighting: 10
Quality criterion: Fair Work First
/ Weighting: 2
Quality criterion: Social Value
/ Weighting: 3
Price
/ Weighting:
60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/07/2026
End:
30/06/2027
This contract is subject to renewal: Yes
Description of renewals:
Option to extend until 31st March 2028.
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
II.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public
Contracts (Scotland) Regulations 2015
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Inverclyde Council will check the financial status of applicants by means of a Dun and Bradstreet assessment. In order to be considered,
applicants must achieve one of the following:
(a) Where the tenderers Dun & Bradstreet risk indicator is 3, the annual contract value should also be less than 50% of the tenderers
average turnover over the preceding 2 years (with audited accounts dated within 24 months of the date of the financial check).
OR
(b) Where the tenderers Dun & Bradstreet risk indicator is 2 or better, the annual contract value should also be less than 75% of the
tenderers average turnover over the preceding 2 years (with audited accounts dated within 21 months of the date of the financial check).
PLEASE NOTE THE IMPORTANT GUIDANCE TO BIDDERS BELOW:
APPLICANTS ARE STRONGLY ADVISED TO SATISFY THEMSELVES THAT THEY MEET THESE CRITERIA AS FAILURE OF
THE FINANCIAL CHECK WILL MEAN THAT THEIR APPLICATION WILL NOT BE CONSIDERED FURTHER. APPLICANTS SHOULD ALSO SATISFY THEMSELVES THAT THEIR DUN AND BRADSTREET RATINGS ARE CORRECT AND IT IS THE APPLICANT’S RESPONSIBILITY TO RAISE ANY QUERIES WITH DUN AND BRADSTREET IF THEY FEEL A CORRECTION IS REQUIRED. THE COUNCIL WILL RELY ON THE RISK RATING IT OBTAINS AT THE TIME IT PERFORMS THE D&B
FINANCIAL CHECK.
You must provide your average yearly turnover for the last 2 years.
Turnover must be provided from your audited accounts. Turnover from unaudited accounts or part year turnover will not be accepted.
If you are unable to provide the turnover information required due to being exempt from submission of full audited accounts, please
provide an explanation on why you are exempt in response to this question.
If you have responded that you are exempt from submitting full audited accounts, please confirm that you will be prepared to submit
alternative information and documentation on your financial position should this be required at any point. This information could be
required at selection or in the event that the bidder is identified as the preferred bidder.
Minimum level(s) of standards required:
Employers Liability Insurance- 5M GBP
Public Liability Insurance- 5M GBP
Professional Indemnity Insurance- 2M GBP
Contractor's Cyber Risk Insurance limit of indemnity required- 1M GBP
III.1.3) Technical and professional ability
List and brief description of selection criteria:
4C 1.2 4C 1.2 Bidders must provide a minimum of three (3) examples of contractual arrangements they have held over the past three (3) years
which best demonstrates their relevant experience to deliver requirements within the Contract which were similar in regards to scope, scale,
value and duration.
The examples provided must demonstrate that as a Training provider you are experienced in delivering flexible, person centred support with barrier removal actions and providing employability training, leading to sustainable employment outcomes to these specific client groups; parents who are unemployed/economically inactive or on low-income and experiencing barriers to employment, who are at most risk of experiencing poverty, with a focus on the six priority family groups and unemployed/economically inactive people, living in a jobless household and experiencing barriers to employment.
Applicants are required to provide examples that demonstrate their relevant experience of delivering such services over the last 3 years.
Examples must include detail of;
- Duration and content, including how content was adapted to meet client’s needs
- Which client groups were supported
- How service developed and improved skills, confidence and motivation etc
- Any training that was delivered and qualifications gained
- Steps taken to keep clients engaged and on track to gain required outcomes
- Outcomes achieved.
4C. 10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
4D.1 QUALITY MANAGEMENTPROCEDURES
The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO
9001 (or equivalent),
OR
The bidder must have the following:
a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that
the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which
is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and
set out responsibilities for quality management throughout the organisation.
4D.1 HEALTH &SAFETY
The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS
18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in
registered membership of the Safety Schemes in Procurement (SSIP) forum OR hold the information contained in the supplier attachment
area in PCS-T (file name "Contract Notice Additional Information")
III.2) Conditions related to 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:
01/05/2026
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: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
01/05/2026
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
2027/28
VI.3) Additional information
Tenderers will be required to return with their submission a completed Data Protection Certificate, FOI Certificate, No Collusion
Certification, S1 Equalities Questionnaire, S2 Equalities Declaration, Prompt Payment Certificate and Tender Declaration Certificate.
It will also be a condition of contract that Tenderers comply with Inverclyde Council`s General Conditions of Contract, Special Conditions
of Contract, Specification, Contract Information for Tenderers, Data Sharing Agreement, PVG and use the web hosted Hanlon Management Information System or equivalent to track client progress.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31471. 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:
Social Value Points expectation for a contract of this value and duration is 180.
It will be a contractual requirement that the successful tenderer deliver the Community Benefits offered during the contract period.
(SC Ref:827239)
VI.4) Procedures for review
VI.4.1) Review body
Greenock Sheriff Court and Justice of the Peace Court
Sheriff Court House,1 Nelson Street,
Greenock
PA15 1TR
UK
VI.5) Date of dispatch of this notice
01/04/2026