Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Scottish Government
Victoria Quay
Edinburgh
EH6 6QQ
UK
Telephone: +44 412425466
E-mail: michael.brydon@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
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
DOL - Children's Services Advocacy Support and Legal Representation
Reference number: 799886
II.1.2) Main CPV code
79112000
II.1.3) Type of contract
Services
II.1.4) Short description
The Scottish Government is seeking a supplier to provide a demand led service for both Advocacy Support and Legal Advice service to children, aged 12-15.
The Education (Additional Support for Learning) (Scotland) Act 2004 (2004 Act) provides the legal framework for the provision of additional support for learning. The Education (Scotland) Act 2016 (2016 Act) amends the 2004 Act to provide that children (aged between 12-15 with capacity) can access certain rights conferred on them by the 2004 Act.
II.1.5) Estimated total value
Value excluding VAT:
1 335 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
79100000
85311300
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
This service provision consists of the management/ administration and delivery of the following:
1) Advocacy support – to support children to prepare to use their rights, use their rights and understand the outcome of using their rights, and to support children to understand the outcome where their parents have used their rights in relation to the child.
2) Legal representation – to provide advice and representation in support of children using their rights to make a reference to the Additional Support Needs jurisdiction of the Health and Education Chamber of the First-tier Tribunal for Scotland (ASN Tribunal).
These must be able to be delivered in partnership with the Advice and Information service provided by Enquire and the service which seeks children’s views. All organisations involved in delivering the four elements of the service will work collaboratively to support children in accessing their rights, in relation to additional support for learning.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Optional 12 month extension will be included.
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.
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:
For the Advocacy requirement, the Service Provider is a full member of the Scottish Independent Advocacy Alliance (SIAA) and agrees to abide by the SIAA Principles and Standards for Independent Advocacy and the SIAA Code of Practice for Independent Advocacy.
For the Legal Representation service, the Service Provider holds a legal qualification which is compliant with Scots Law and is a qualified solicitor (LLB plus Diploma in Professional Legal Practice) and a member of the Law Society of Scotland. The Service Provider is regulated by the Law Society for Scotland.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Financial Ratio
Insurances
Minimum level(s) of standards required:
Financial Ratio - Current Ratio is equal to or greater than 1.0 (Current Assist / Current Liabilities
Insurances
Professional Indemnity 2,000,000 GBP
Public Liability 2,000,000 GBP
Employers Liability 2,000,000 GBP
III.1.3) Technical and professional ability
List and brief description of selection criteria:
4C.4 - Supply Chain Management/Tracking Systems Used
4C.7 - Environmental Management Measures
4C.10 - Proportion (%) to be Sub-Contracted
Minimum level(s) of standards required:
4C.4 - If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of: a) their standard payment terms b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year. If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.
4C.7 - 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 - Provide Proportion (%) to be Sub-Contracted.
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:
20/01/2026
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: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
20/01/2026
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
VI.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30811. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:818697)
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sheriff Court
Edinburgh
UK
VI.5) Date of dispatch of this notice
16/12/2025