Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  Renfrewshire Council
  Renfrewshire House, Cotton Street
  Paisley
  PA1 1JB
  UK
  
            E-mail: shona.brydson@renfrewshire.gov.uk
  
            NUTS: UKM83
  Internet address(es)
  
              Main address: http://www.renfrewshire.gov.uk
  
              Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400
 
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
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
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
Provision of a Professional Independent Advocacy Service
            Reference number: RC-CPU-25-063
  II.1.2) Main CPV code
  85000000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  Renfrewshire Council is seeking to put a contract in place for the provision of a Professional Independent Advocacy Service for Adults, to be delivered from an office situated at a central location in Renfrewshire that is easily reached by all forms of public and individual transport.
  This Contract will also require specific advocacy for people with drug and alcohol issues.
  There is an existing Service for this provision, and it is the view of the Council that a Service Transfer (TUPE) may apply, however Tenderers should seek their own legal advice on this matter.
  II.1.5) Estimated total value
  Value excluding VAT: 
			761 352.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    85140000
    85323000
    85000000
    II.2.3) Place of performance
    NUTS code:
    UKM83
Main site or place of performance:
    Renfrewshire (to be delivered from an office situated at a central location in Renfrewshire that is easily reached by all forms of public and individual transport).
    II.2.4) Description of the procurement
    Open Tender
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Service Delivery
                    / Weighting: 20%
    
                    Quality criterion: Principles and Standards
                    / Weighting: 15%
    
                    Quality criterion: Managing Performance
                    / Weighting: 10%
    
                    Quality criterion: Service Mobilisation
                    / Weighting: 15%
    
                    Quality criterion: Location of Office used for Service
                    / Weighting: Pass/Fail
    
                    Quality criterion: Fair Work First
                    / Weighting: 5%
    
                    Quality criterion: Community Benefits
                    / Weighting: 5%
    
                    Quality criterion: Insurances
                    / Weighting: Pass/Fail
    
                    Quality criterion: Health and Safety
                    / Weighting: Pass/Fail
    
                    Price
                    
                      / Weighting: 
                      30%
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 48
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    Contract Period of 3 years with the option to extend for up to 12 months on 1 occasion, anticipated to be 01 January 2026 – 31 December 2029 (or 31 December 2030, if the extension is taken up).
    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.1.2) Economic and financial standing
  List and brief description of selection criteria:
  The Council’s standard practice is to request a minimum Dun & Bradstreet (D&B) Failure Score of 20 as part of the tender process. D&B scores are also checked monthly as part of Contract Management activities.
  Where the Failure Score is lower than the requirement or is unavailable due to organisational structures, other information such as audited accounts will be requested and reviewed by Finance to ensure they are satisfied with the financial stability.
  Tenderers will also have to meet the minimum Insurance requirements (below).
Minimum level(s) of standards required:
  The following insurance levels will be required as part of this procurement:
  - Employers liability - statutory minimum 10million GBP, each and every claim. If a Provider is exempt from the legal requirement for employers’ liability, then the Provider must confirm the relevant exemption that applies to them;
  - Public liability - minimum 5million GBP, each and every claim
  - Professional Indemnity - minimum 1million GBP, each and every claim
  - Motor Vehicle - in the event that the Provider uses motor vehicles in the delivery of the Service, evidence of Third Party Liability Motor Vehicle Insurance, as required under the Road Traffic Act 1988 (as amended) for the use of such vehicles by the Provider and its Staff, agents and sub-contractors as may be appropriate. Cover should be unlimited in respect of death or injury
  OR where there is no company fleet and employees use their own vehicles instead, a letter signed by a person of appropriate authority confirming that the provider has ongoing arrangements in place to ensure that employees' vehicles are appropriately insured and maintained for business purposes
  OR where vehicles are not used in the delivery of the service, provide a letter stating this, signed by a person of appropriate authority confirming this.
  III.1.3) Technical and professional ability
  List and brief description of selection criteria:
  Tenderers must be able to demonstrate capability and capacity by providing examples which evidence their recent experience (ending within the last 3 years) relevant to the delivery of Services under this Contract, for example delivery of similar Services to local authorities.
  The preference is for 2 years or more experience - however, in order to ensure that newer/start-up organisations can bid, a shorter period will be considered if it clearly demonstrates relevant experience and capacity.
  All staff employed in the delivery of the Service must be PVG registered.
 
III.2) Conditions related to the contract
  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:
              08/09/2025
  
                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
  
                Tender must be valid until:
                05/02/2026
  IV.2.7) Conditions for opening of tenders
  
              Date:
              08/09/2025
  
              Local time: 12:00
  Information about authorised persons and opening procedure:
  Opening process as required by Renfrewshire Council Standing Orders.
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Tenderers will be required to complete a Cyber Security questionnaire, to determine the suitability of their systems and processes for the processing and holding of data of people using the Service and/or interacting with Renfrewshire Council systems (including email).  This will be evaluated, on a Pass/Fail basis.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29685. 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:
Community benefits will be a scored part of the Tender Evaluation process.
(SC Ref:804535)
VI.4) Procedures for review
  VI.4.1) Review body
  
    See VI.4.3 below
    See VI.4.3 below
    UK
   
  VI.4.3) Review procedure
  Precise information on deadline(s) for review procedures:
  An economic operator that suffers or risks suffering, loss or damage attributable to breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446, as amended) may bring proceedings in the Sheriff Court or the Court of Session in accordance with Regulation 88 of the 2015 Regulations.
 
VI.5) Date of dispatch of this notice
01/08/2025