Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Renfrewshire Council
Renfrewshire House, Cotton Street
Paisley
PA1 1JB
UK
Contact person: Ashley Hopkirk
Telephone: +44 3003000300
E-mail: ashley.hopkirk@renfrewshire.gov.uk
NUTS: UK
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
Access to Counselling in Schools
Reference number: RC-CPU-25-203
II.1.2) Main CPV code
85312320
II.1.3) Type of contract
Services
II.1.4) Short description
The provider will deliver counselling services within schools to enhance the mental health, wellbeing, and emotional resilience of children
and young people from Primary 1 to S6, and, where appropriate, their parents.
It is anticipated that the tender will be conducted as an Open Procedure, for award to a single service provider.
II.1.5) Estimated total value
Value excluding VAT:
763 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85300000
II.2.3) Place of performance
NUTS code:
UKM83
Main site or place of performance:
Renfrewshire
II.2.4) Description of the procurement
Renfrewshire Council (the Council) are seeking to enter into a contract in respect of a dynamic provider to deliver counselling and preventative programmes to improve the mental health and wellbeing and emotional resilience of children and young people who are negatively affected or are at risk of being affected by poor mental health. The universal service should be accessible to children and young people in primary, secondary and ASN schools as detailed in the Service Specification. It is expected that the provider will be flexible and responsive to local need as appropriate.
II.2.5) Award criteria
Criteria below:
Quality criterion: Section 2 - Complaints Procedure
/ Weighting: 2%
Quality criterion: Section 3 – Proposals for Delivering the Service
/ Weighting: 35%
Quality criterion: Section 4 – Implementation Plan
/ Weighting: 8%
Quality criterion: Section 5 – Service Delivery Improvement
/ Weighting: 8%
Quality criterion: Section 6 – Unforeseen Events
/ Weighting: 5%
Quality criterion: Section 7 - Management and Staffing Q1
/ Weighting: 8%
Quality criterion: Section 7 - Management and Staffing Q2
/ Weighting: 4%
Price
/ Weighting:
20
II.2.6) Estimated value
Value excluding VAT:
763 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/10/2026
End:
31/05/2027
This contract is subject to renewal: Yes
Description of renewals:
This requirement may be subject to renewal.
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 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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2026/S 000-012979
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
10/04/2026
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:
10/04/2026
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 ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31350. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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:
The Council’s expectation is that 20 Community Benefits Points (CBPs) or more will be delivered under this Contract.
(SC Ref:826021)
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:
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
09/03/2026