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