Notice Information
Notice Title
DLEARN - Whole Family Wellbeing Funding Year 3 and 4 Evaluation
Notice Description
The Scottish Government is seeking to commission an evaluation of years 3 and 4 (2024-2026) of the implementation of the Scottish Government's Whole Family Wellbeing Funding (WFWF) Programme.
Lot Information
Lot 1
The Scottish Government is seeking to commission an evaluation of years 3 and 4 (2024-2026) of the implementation of the Scottish Government's Whole Family Wellbeing Funding (WFWF) Programme. This evaluation will assess the extent to which the programme has achieved its intended impacts, provide analysis of the successes of and barriers to implementation, and inform on-going learning and policy development. This commission follows on from the year 1 evaluation conducted in 2022-23 and year 2 evaluation conducted in 2023-24.
Renewal: Initial duration will be 18 months with an option to extend the contract for up to an additional 2 months.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04e5eb
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/050376-2025
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning 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
73 - Research and development services and related consultancy services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
73000000 - Research and development services and related consultancy services
73110000 - Research services
73210000 - Research consultancy services
79315000 - Social research services
79419000 - Evaluation consultancy services
Notice Value(s)
- Tender Value
- £300,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £242,000 £100K-£500K
Notice Dates
- Publication Date
- 21 Aug 20256 months ago
- Submission Deadline
- 11 Jun 2025Expired
- Future Notice Date
- 6 Apr 2025Expired
- Award Date
- 13 Aug 20256 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCOTTISH GOVERNMENT
- Contact Name
- Laura Vivian
- Contact Email
- laura.vivian@gov.scot
- Contact Phone
- +44 412425466
Buyer Location
- Locality
- GLASGOW
- Postcode
- G2 8LU
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- TLM Scotland
-
- Local Authority
- Glasgow City
- Electoral Ward
- Anderston/City/Yorkhill
- Westminster Constituency
- Glasgow North
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-04e5eb-2025-08-21T09:07:04+01:00",
"date": "2025-08-21T09:07:04+01:00",
"ocid": "ocds-h6vhtk-04e5eb",
"description": "0 Unacceptable Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. 1 Poor Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled. 2 Acceptable Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas. 3 Good Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled. 4 Excellent Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full. Tenderers are asked to confirm that they will pay staff that are involved in the delivery of services under the contract, at least the real Living Wage. Bidders must complete the SPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement. If there are named subcontractors/technicians upon which the bidder will rely to meet the selection criteria, these named parties must complete and reattach the SPD Supplier Response Form attached to SPD. 4C4 SPD 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. 4C7 SPD Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29019 and the ITT code is 58920. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:807842)",
"initiationType": "tender",
"tender": {
"id": "CASE/730120",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "DLEARN - Whole Family Wellbeing Funding Year 3 and 4 Evaluation",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "79315000",
"description": "Social research services"
},
"mainProcurementCategory": "services",
"description": "The Scottish Government is seeking to commission an evaluation of years 3 and 4 (2024-2026) of the implementation of the Scottish Government's Whole Family Wellbeing Funding (WFWF) Programme.",
"value": {
"amount": 300000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The Scottish Government is seeking to commission an evaluation of years 3 and 4 (2024-2026) of the implementation of the Scottish Government's Whole Family Wellbeing Funding (WFWF) Programme. This evaluation will assess the extent to which the programme has achieved its intended impacts, provide analysis of the successes of and barriers to implementation, and inform on-going learning and policy development. This commission follows on from the year 1 evaluation conducted in 2022-23 and year 2 evaluation conducted in 2023-24.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Understanding the Requirement",
"type": "quality",
"description": "5%"
},
{
"name": "Research Design and Methodology",
"type": "quality",
"description": "40%"
},
{
"name": "Staff, Skills, Task Allocation, and Organisational Experience",
"type": "quality",
"description": "30%"
},
{
"name": "Project Management and Risk Assessment",
"type": "quality",
"description": "10%"
},
{
"name": "Ethical Issues",
"type": "quality",
"description": "10%"
},
{
"name": "Fair Work First",
"type": "quality",
"description": "5%"
},
{
"type": "price",
"description": "30"
}
]
},
"contractPeriod": {
"durationInDays": 540
},
"hasRenewal": true,
"renewal": {
"description": "Initial duration will be 18 months with an option to extend the contract for up to an additional 2 months."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "73210000",
"description": "Research consultancy services"
},
{
"scheme": "CPV",
"id": "73000000",
"description": "Research and development services and related consultancy services"
},
{
"scheme": "CPV",
"id": "73110000",
"description": "Research services"
},
{
"scheme": "CPV",
"id": "79419000",
"description": "Evaluation consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2025-04-07T00:00:00+01:00"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Current Ratio Minimum Insurance Levels",
"minimum": "Minimum level(s) of standards required: Bidders must demonstrate a Current Ratio of no less than 1.0, based on their most recently published accounts. Current Ratio will be calculated as follows: Net current assets divided by net current liabilities. There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing. If the tenderer (or any consortia or reliance partner) does not meet the requirements in relation to the current ratio then the audited financial accounts of the tenderer (or consortia or reliance partner) will be used to conduct an assessment of the risk of business failure. Bidders who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above. If the tenderer (or any consortia or reliance partner) does not pass the above assessment and is unable to provide a Parent Company Guarantee or some other form of assurance, this will result in a fail and the bidder may be excluded. 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 = in accordance with any legal obligations Public Liability Insurance = 1 million GBP Professional Indemnity Insurance = 1 million GBP",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "technical1",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2025-06-11T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2025-06-11T12:00:00+01:00"
},
"bidOpening": {
"date": "2025-06-11T12:00:00+01:00"
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
}
},
"parties": [
{
"id": "GB-FTS-1538",
"name": "Scottish Government",
"identifier": {
"legalName": "Scottish Government"
},
"address": {
"streetAddress": "5 Atlantic Quay, 150 Broomielaw",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G2 8LU",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Laura Vivian",
"telephone": "+44 412425466",
"email": "laura.vivian@gov.scot",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.scotland.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-675",
"name": "Edinburgh Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Edinburgh Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-79609",
"name": "Ipsos (market research) Ltd",
"identifier": {
"legalName": "Ipsos (market research) Ltd"
},
"address": {
"streetAddress": "4 Wemyss Place",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH3 6DH",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7583001246"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-1538",
"name": "Scottish Government"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000796267"
}
],
"language": "en",
"awards": [
{
"id": "050376-2025-CASE/730120-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-79609",
"name": "Ipsos (market research) Ltd"
}
]
}
],
"contracts": [
{
"id": "050376-2025-CASE/730120-1",
"awardID": "050376-2025-CASE/730120-1",
"status": "active",
"value": {
"amount": 242000,
"currency": "GBP"
},
"dateSigned": "2025-08-14T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 5
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 2
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 5
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 5
}
]
}
}