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

Provision of an Intensive Fammily Support Service

  • First published: 01 July 2025
  • Last modified: 01 July 2025
  • 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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-05542c
Published by:
Inverclyde Council
Authority ID:
AA20655
Publication date:
01 July 2025
Deadline date:
28 July 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Intensive Family Support Service will support young people from 0-18 and for care experienced young people, up to the age of 21. The Screening Meeting and referral pathway, as detailed earlier, will have a critical role in prioritising the level of need and risk to ensure the services is targeted appropriately to meet the levels of demand across the Children’s Social Work Service.

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

Contact person: Procurement Team

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.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


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 an Intensive Fammily Support Service

Reference number: CPO600/HSCP

II.1.2) Main CPV code

85320000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Intensive Family Support Service will support young people from 0-18 and for care experienced young people, up to the age of 21. The Screening Meeting and referral pathway, as detailed earlier, will have a critical role in prioritising the level of need and risk to ensure the services is targeted appropriately to meet the levels of demand across the Children’s Social Work Service.

II.1.5) Estimated total value

Value excluding VAT: 1 444 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

85000000

85300000

85310000

II.2.3) Place of performance

NUTS code:

UKM83

II.2.4) Description of the procurement

The Intensive Family Support Service will support young people from 0-18 and for care experienced young people, up to the age of 21. The Screening Meeting and referral pathway, as detailed earlier, will have a critical role in prioritising the level of need and risk to ensure the services is targeted appropriately to meet the levels of demand across the Children’s Social Work Service.

II.2.5) Award criteria

Criteria below:

Quality criterion: Service Delivery / Weighting: 15.00%

Quality criterion: Collaboration and Partnership Working / Weighting: 10.00%

Quality criterion: Management and Leadership / Weighting: 10.00%

Quality criterion: Equalities and Inclusion / Weighting: 5.00%

Quality criterion: Staffing and Implementation / Weighting: 10.00%

Quality criterion: Business Continuity / Weighting: 5.00%

Quality criterion: Quality Assurance / Weighting: 5.00%

Quality criterion: Fair Work First / Weighting: 5.00%

Quality criterion: Social Value – Outcome Menu / Weighting: 3.00%

Quality criterion: Social Value – Supporting Methodology / Weighting: 2.00%

Price / Weighting:  30.00%

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:

Please note the contract is subject to two 12 month extension periods subject to budget.

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 on in regulation 58 of the Public Contract (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:

4B.1.2 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).

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:

4B.5.1a/4B.5.1b/4B.5.2 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

Employers Liability Insurance limit of indemnity required 5M GBP

Public Liability Insurance limit of indemnity required 5M GBP

Professional Indemnity Insurance limit of indemnity required 5M GBP

Motor Vehicle Insurance limit of indemnity 5M GBP in respect of property damage and unlimited in respect of personal injury

Data Protection/Cyber Risk Insurance limit of indemnity required: 1M GBP

III.1.3) Technical and professional ability

List and brief description of selection criteria:

SPD QUESTION 4C:

Bidders must provide 2 examples of services carried out in the past 3 years that demonstrate that they have the relevant experience to deliver an Intensive Family Support Service.

The examples must provide evidence of improving outcomes and measuring the impact of direct service provision, comparing with a service of similar size and nature to this contract opportunity, demonstrating that the experience and aptitude of staff highlights excellent communication skills and the ability to develop positive relationships

SPD QUESTION 4C:

Bidders will be required to confirm that they have the following relevant educational and professional qualifications:

All staff must be experienced practitioners who hold a relevant SCQF Level 6 Social Care qualification or be working towards a relevant SCQF Level 6 Social Care qualification.

SPD Question 4C:

Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.


Minimum level(s) of standards required:

4D QUALITY ASSURANCE

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

hold the information contained in the buyer attachment area in PCS-T (file name "Contract Notice Additional Information")

4D 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 buyer attachment area in PCS-T (file name "Contract Notice Additional Information") ESPD Health & Safety.

4D ENVIRONMENTAL MANAGEMENT STANDARDS

The bidder must hold UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate

OR

hold the information contained in the buyer attachment area in PCS-T (file name "Contract Notice Additional Information")

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: 28/07/2025

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 28/07/2025

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:

Further publication prior to expiry of the contract arising from this tender, potentially in June 2027. If options to extend the contract are taken up, then this will extend to 2028 or 2029.

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, Workforce Matters, Prompt Payment Certificate and Tender Declaration Certificate.

It will also be a condition of contract that Tenderers comply with Inverclyde Council`s Specification, Terms and Conditions of Contract, Contract Information for Tenderers, Evaluation and Award Criteria Documents, Protection of Vulnerable Groups Scheme and Disclosure Scotland requirements and enter into a Data Sharing Agreement with Inverclyde Council.

Economic operators may be excluded from this competition if they are in any of the situations referred on in regulation 58 of the Public Contract (Scotland) Regulations 2015.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29035. 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:

Communality Benefits (Social Value) is a key component in maximising social, economic, and environmental benefits. The key principles of including social benefits within contracts are to ensure they are proportionate, deliverable and relevant to that contract.

Inverclyde Council will receive a minimum of 40 Social Value points for the Intensive Family Support Service Contract.

(SC Ref:801317)

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

26/06/2025

Coding

Commodity categories

ID Title Parent category
85000000 Health and social work services Other Services
85320000 Social services Social work and related services
85300000 Social work and related services Health and social work services
85310000 Social work services Social work and related 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.