Award

Provision of an Intensive Fammily Support Service

INVERCLYDE COUNCIL

This public procurement record has 2 releases in its history.

Award

04 Nov 2025 at 11:39

Tender

26 Jun 2025 at 12:33

Summary of the contracting process

Inverclyde Council awarded the contract for the "Provision of an Intensive Family Support Service" under the open procedure procurement method. The contract, valued at £1,440,000 GBP, was signed on 13th October 2025, following its opening on 28th July 2025. The service falls under the social services category, specifically targeting support for young people aged 0-21 across UKM83 region. The procurement process involved detailed tender submission requirements and compliance with regulations such as the Protection of Vulnerable Groups Scheme and Disclosure Scotland. The council aims to address the prioritisation of needs and risks within the Children's Social Work Service.

This contract creates significant opportunities for businesses specialising in social services, particularly those with expertise in family support for young people. Large enterprises as well as SMEs, especially those holding relevant quality and safety certifications, will find themselves well-positioned to meet the stringent selection and evaluation criteria set out by Inverclyde Council. The procurement process prioritises criteria such as service delivery, collaboration, management, and social value contributions, making it an ideal opportunity for businesses focusing on impactful social work practices. Successful bidders can capitalize on additional opportunities through potential contract renewals, which can extend to 2028 or 2029.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Provision of an Intensive Fammily Support Service

Notice 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.

Lot Information

Lot 1

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. 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.

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

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05542c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/070771-2025
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

85 - Health and social work services


CPV Codes

85000000 - Health and social work services

85300000 - Social work and related services

85310000 - Social work services

85320000 - Social services

Notice Value(s)

Tender Value
£1,444,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£1,440,000 £1M-£10M

Notice Dates

Publication Date
4 Nov 20253 months ago
Submission Deadline
28 Jul 2025Expired
Future Notice Date
Not specified
Award Date
12 Oct 20254 months ago
Contract Period
Not specified - Not specified
Recurrence
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.

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
INVERCLYDE COUNCIL
Contact Name
Procurement Team
Contact Email
procurement@inverclyde.gov.uk
Contact Phone
+44 1475712634

Buyer Location

Locality
GREENOCK
Postcode
PA15 1LX
Post Town
Paisley
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
Delivery Location
TLM83 Inverclyde, East Renfrewshire, and Renfrewshire

Local Authority
Inverclyde
Electoral Ward
Inverclyde North
Westminster Constituency
Inverclyde and Renfrewshire West

Supplier Information

Number of Suppliers
1
Supplier Name

ABERLOUR CHILD CARE TRUST

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-05542c-2025-11-04T11:39:40Z",
    "date": "2025-11-04T11:39:40Z",
    "ocid": "ocds-h6vhtk-05542c",
    "description": "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. (SC Ref:814765)",
    "initiationType": "tender",
    "tender": {
        "id": "CPO600/HSCP",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Provision of an Intensive Fammily Support Service",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "85320000",
            "description": "Social services"
        },
        "mainProcurementCategory": "services",
        "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.",
        "value": {
            "amount": 1444000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "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. 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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Service Delivery",
                            "type": "quality",
                            "description": "15.00%"
                        },
                        {
                            "name": "Collaboration and Partnership Working",
                            "type": "quality",
                            "description": "10.00%"
                        },
                        {
                            "name": "Management and Leadership",
                            "type": "quality",
                            "description": "10.00%"
                        },
                        {
                            "name": "Equalities and Inclusion",
                            "type": "quality",
                            "description": "5.00%"
                        },
                        {
                            "name": "Staffing and Implementation",
                            "type": "quality",
                            "description": "10.00%"
                        },
                        {
                            "name": "Business Continuity",
                            "type": "quality",
                            "description": "5.00%"
                        },
                        {
                            "name": "Quality Assurance",
                            "type": "quality",
                            "description": "5.00%"
                        },
                        {
                            "name": "Fair Work First",
                            "type": "quality",
                            "description": "5.00%"
                        },
                        {
                            "name": "Social Value - Outcome Menu",
                            "type": "quality",
                            "description": "3.00%"
                        },
                        {
                            "name": "Social Value - Supporting Methodology",
                            "type": "quality",
                            "description": "2.00%"
                        },
                        {
                            "type": "price",
                            "description": "30.00%"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Please note the contract is subject to two 12 month extension periods subject to budget."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85000000",
                        "description": "Health and social work services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85300000",
                        "description": "Social work and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85310000",
                        "description": "Social work services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    },
                    {
                        "region": "UKM83"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "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": "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",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "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": "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\")",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2025-07-28T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2025-07-28T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2025-07-28T12:00:00+01:00"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "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."
        }
    },
    "parties": [
        {
            "id": "GB-FTS-52718",
            "name": "Inverclyde Council",
            "identifier": {
                "legalName": "Inverclyde Council"
            },
            "address": {
                "streetAddress": "Procurement, Municipal Buildings, Clyde Square",
                "locality": "Greenock",
                "region": "UKM83",
                "postalCode": "PA15 1LX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Procurement Team",
                "telephone": "+44 1475712634",
                "email": "procurement@inverclyde.gov.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.inverclyde.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00168",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-397",
            "name": "Greenock Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Greenock Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, 1 Nelson Street",
                "locality": "Greenock",
                "postalCode": "PA15 1TR",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-142643",
            "name": "Aberlour Child Care Trust",
            "identifier": {
                "legalName": "Aberlour Child Care Trust"
            },
            "address": {
                "streetAddress": "Kintail House, Forthside Way",
                "locality": "Stirling",
                "region": "UK",
                "postalCode": "FK8 1QZ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-52718",
        "name": "Inverclyde Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000801317"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "070771-2025-CP0600/HSCP-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-142643",
                    "name": "Aberlour Child Care Trust"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "070771-2025-CP0600/HSCP-1",
            "awardID": "070771-2025-CP0600/HSCP-1",
            "status": "active",
            "value": {
                "amount": 1440000,
                "currency": "GBP"
            },
            "dateSigned": "2025-10-13T00:00:00+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
            }
        ]
    }
}