Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Pathways to Employment and In-Work Support

  • First published: 02 April 2026
  • Last modified: 02 April 2026
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-067a45
Published by:
Inverclyde Council
Authority ID:
AA20655
Publication date:
02 April 2026
Deadline date:
01 May 2026
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Pathways to Employment and In-Work Support

Full notice text

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

Coding

Commodity categories

ID Title Parent category
79634000 Career guidance services Personnel services except placement and supply services
80000000 Education and training services Education
85312310 Guidance services Social work services without accommodation
79611000 Job search services Placement services of personnel
80530000 Vocational training services Training services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@Inverclyde.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.