Notice Information
Notice Title
PKC12913 Support for children and families from birth to school age children within Perth & Kinross
Notice Description
The Parent & Family Learning Team within Education & Learning are looking to engage a supplier to provide families with children from birth to school age where early intervention or prevention approach is needed to address low/medium level issues that are impacting on the child(ren) and family.
Lot Information
Lot 1
The service will engage and work alongside parents to improve their capacity to care for their children and support them to develop in line with age-appropriate expectations, this will specifically include communication and language and personal care skills. Additional information: The contract value in the notice is based on the initial three year term only.
Renewal: The Council will have the option of extending the Contract, either singly or in phases, for up to three further periods of up to 12 months each after the expiry of the initial term. This will be dependent on a satisfactory performance from the contractor and funding being available.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-048515
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/021483-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
80 - Education and training services
-
- CPV Codes
80000000 - Education and training services
Notice Value(s)
- Tender Value
- £150,000 £100K-£500K
- Lots Value
- £150,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- £150,000 £100K-£500K
Notice Dates
- Publication Date
- 14 May 20259 months ago
- Submission Deadline
- 6 Sep 2024Expired
- Future Notice Date
- Not specified
- Award Date
- 10 Feb 20251 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- 3-6 years time, dependent on requirements and budget availability, and whether the options available to extend the contract are exercised.
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- PERTH & KINROSS COUNCIL
- Contact Name
- Not specified
- Contact Email
- lpeoples@pkc.gov.uk
- Contact Phone
- +44 1738475000
Buyer Location
- Locality
- PERTH
- Postcode
- PH1 5PH
- Post Town
- Perth
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM0 Eastern Scotland
- Small Region (ITL 3)
- TLM02 Perth and Kinross, and Stirling
- Delivery Location
- TLM77 Perth and Kinross, and Stirling
-
- Local Authority
- Perth and Kinross
- Electoral Ward
- Perth City Centre
- Westminster Constituency
- Perth and Kinross-shire
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-048515-2025-05-14T17:22:16+01:00",
"date": "2025-05-14T17:22:16+01:00",
"ocid": "ocds-h6vhtk-048515",
"description": "Council's other minimum requirements: - Bidder must comply with the Council's Information and Cyber Security Policy for Supply Chain, Partners, and Service Providers - Bidders must have a Child Protection Policy - Bidders must have a Adult Protection Policy - Bidders must provide individual, quarterly, and annual reports as per PKC requirements and have the ability to submit quarterly reports regarding any complaints received. (SC Ref:798888)",
"initiationType": "tender",
"tender": {
"id": "PKC12913",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "PKC12913 Support for children and families from birth to school age children within Perth & Kinross",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "80000000",
"description": "Education and training services"
},
"mainProcurementCategory": "services",
"description": "The Parent & Family Learning Team within Education & Learning are looking to engage a supplier to provide families with children from birth to school age where early intervention or prevention approach is needed to address low/medium level issues that are impacting on the child(ren) and family.",
"value": {
"amount": 150000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The service will engage and work alongside parents to improve their capacity to care for their children and support them to develop in line with age-appropriate expectations, this will specifically include communication and language and personal care skills. Additional information: The contract value in the notice is based on the initial three year term only.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
},
"value": {
"amount": 150000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "The Council will have the option of extending the Contract, either singly or in phases, for up to three further periods of up to 12 months each after the expiry of the initial term. This will be dependent on a satisfactory performance from the contractor and funding being available."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "80000000",
"description": "Education and training services"
}
],
"deliveryAddresses": [
{
"region": "UKM77"
},
{
"region": "UKM77"
}
],
"deliveryLocation": {
"description": "Within Perth and Kinross boundary with focus on the below Early Learning & Childcare communities. - North Perth - South Perth - Blairgowrie"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "4B.4 Bidders will be required to state the values for the following financial ratios for each of the last 2 years: Current Ratio (Current Assets divided by Current Liabilities) Net Assets (Net Worth) (value per the Balance Sheet, no calculations required) 4B.5.1 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 of insurance indicated below: Employer's (Compulsory) Liability Insurance Public Liability Insurance Professional Indemnity Insurance Motor Vehicle Insurance Cover http://www.hse.gov.uk/pubns/hse40.pdf",
"minimum": "4B.4 The acceptable range for each financial ratio is: Current Ratio It is expected that the ratio is equal to or greater than 1, i.e. Current Assets will equal or exceed Current Liabilities in each of the 2 years. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract. Net Assets (Net Worth) It is expected that the Net Worth will be positive i.e., a Net Assets position in each of the 2 years. Reasons for not meeting the required test to be disclosed together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract. 4B.5.1 Levels of insurance required: Employer's (Compulsory) Liability Insurance = 10,000,000GBP Public Liability Insurance = 5,000,000GBP Professional Indemnity Insurance = 1,000,000GBP, cover must include abuse cover",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "4C.1.2 Services Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in the Contract Notice. 4C.6 Qualifications - Bidders will be required to confirm that they and/or the service provider and 4C.6.1 their managerial staff, have the the relevant educational and professional qualifications listed below. 4D.1 Quality Management Procedures 4D.1 Health & Safety Procedures",
"minimum": "4C.1.2 Services - Examples should demonstrate the bidder's experiences of similar service delivery, including details of the number of families who have accessed/approached your service within the last six months for support. Reference should be made to how you have engaged with families in North and South Perth and Blairgowrie. The examples should also describe and demonstrate your core values and principles and how these would apply to delivery of support for families. 4C.6 Qualifications: - 100% of staff overseeing the delivery of support services must have a relevant qualification in the field of education, social care or community learning and development - 100% of individuals involved in the delivery of support services must have completed within the last 6 months/or be willing to participate in the following training: - Solihull Approach Foundation Training - Community Champion Training - Toilet training - Bookbug and/or peep learning together programme - 100% of individuals involved in the delivery of support services including those at first point of contact must hold a valid PVG certificate. 4D.1 Quality Management Procedures - 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 The bidder must have documented arrangements that the organisation has a system for monitoring quality management procedures on an on-going basis. The bidder's organisation must be able to provide evidence of systematic, periodic review and improvement of quality in respect of output and general performance. 4D.1 Health and Safety Procedures - 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 - The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation. The policy must cover lone working.",
"appliesTo": [
"supplier"
]
}
]
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2024-09-06T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"awardPeriod": {
"startDate": "2024-09-06T12:00:00+01:00"
},
"bidOpening": {
"date": "2024-09-06T12:00:00+01:00"
},
"hasRecurrence": true,
"contractTerms": {
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"recurrence": {
"description": "3-6 years time, dependent on requirements and budget availability, and whether the options available to extend the contract are exercised."
}
},
"parties": [
{
"id": "GB-FTS-1263",
"name": "Perth & Kinross Council",
"identifier": {
"legalName": "Perth & Kinross Council"
},
"address": {
"streetAddress": "2 High Street",
"locality": "Perth",
"region": "UKM77",
"postalCode": "PH1 5PH",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1738475000",
"email": "LPeoples@pkc.gov.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.pkc.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-64901",
"name": "Perth Sheriff Court",
"identifier": {
"legalName": "Perth Sheriff Court"
},
"address": {
"streetAddress": "Tay Streeet",
"locality": "Perth",
"postalCode": "PH2 8NL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-147836",
"name": "Home-Start Perth and Kinross",
"identifier": {
"legalName": "Home-Start Perth and Kinross"
},
"address": {
"streetAddress": "The Gateway, North Methven Street",
"locality": "Perth",
"region": "UKM77",
"postalCode": "PH1 5PP",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7736466368"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-1263",
"name": "Perth & Kinross Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000773442"
}
],
"language": "en",
"awards": [
{
"id": "021483-2025-PKC12913-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-147836",
"name": "Home-Start Perth and Kinross"
}
]
}
],
"contracts": [
{
"id": "021483-2025-PKC12913-1",
"awardID": "021483-2025-PKC12913-1",
"status": "active",
"value": {
"amount": 150000,
"currency": "GBP"
},
"dateSigned": "2025-02-10T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "6",
"measure": "bids",
"relatedLot": "1",
"value": 1
},
{
"id": "7",
"measure": "smeBids",
"relatedLot": "1",
"value": 1
},
{
"id": "8",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "9",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "1",
"value": 1
}
]
}
}