Tender

DJUST-Domestic Homicide and Suicide Reviews Training

SCOTTISH GOVERNMENT

This public procurement record has 2 releases in its history.

Tender

05 Dec 2025 at 11:25

Planning

10 Nov 2025 at 14:19

Summary of the contracting process

The Scottish Government, located at 5 Atlantic Quay, 150 Broomielaw, Glasgow, is undertaking a tender process titled "DJUST-Domestic Homicide and Suicide Reviews Training", classified under E-learning services. The procurement, focused on services, aims to develop, deliver, and evaluate training modules for professionals involved in Domestic Homicide and Suicide Reviews (DHSRs) across Scotland. The procurement process is currently in the Tender stage, with electronic submissions required by 15 January 2026, 11:00 AM. This initiative spans from 9 March 2026 to 7 March 2031, potentially extensible by 24 months at the discretion of the Scottish Ministers, covering the UKM region. The open procedure will assess submissions based on detailed criteria, with a focus on quality aspects such as methodology and training development.

This tender presents a significant business opportunity for companies specialising in e-learning services, particularly those experienced in training development and collaboration with government and experts. Businesses with robust supply chain management systems and those committed to climate change initiatives will find themselves in a favourable position. Companies capable of demonstrating financial stability through required insurance levels and positive payment practices will meet the selection criteria effectively. Such firms can leverage this contract to enhance their credentials in the public sector, gain a footprint in the Scottish e-learning market, and contribute to the critical process of Domestic Homicide and Suicide Reviews, driving meaningful impact and growth.

How relevant is this notice?

Notice Information

Notice Title

DJUST-Domestic Homicide and Suicide Reviews Training

Notice Description

The training requirement involves the development, delivery, and evaluation of a series of learning modules aimed at supporting professionals undertaking Domestic Homicide and Suicide Reviews (DHSRs) in Scotland, as well as other individuals who would be involved in the process, such as advocates and families, friends, and communities of the victim or the perpetrator. This training is designed to improve the skills and knowledge of those who play key roles in the DHSR process, enabling them to undertake effective and meaningful reviews.

Lot Information

Lot 1

The training requirement involves the development, delivery, and evaluation of a series of learning modules aimed at supporting professionals undertaking Domestic Homicide and Suicide Reviews (DHSRs) in Scotland, as well as other individuals who would be involved in the process, such as advocates and families, friends, and communities of the victim or the perpetrator. This training is designed to improve the skills and knowledge of those who play key roles in the DHSR process, enabling them to undertake effective and meaningful reviews. Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Renewal: The Contract may be extended by up to 24 months until a date falling no later than Friday 11 March 2033, at the discretion of Scottish Ministers.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05ddd5
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/080068-2025
Current Stage
Tender
All Stages
Planning, Tender

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
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

80 - Education and training services


CPV Codes

80420000 - E-learning services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
5 Dec 20252 days ago
Submission Deadline
15 Jan 20262 months to go
Future Notice Date
28 Nov 2025Expired
Award Date
Not specified
Contract Period
9 Mar 2026 - 7 Mar 2031 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
SCOTTISH GOVERNMENT
Contact Name
Marcia Broadfoot
Contact Email
marcia.broadfoot@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

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-05ddd5-2025-12-05T11:25:08Z",
    "date": "2025-12-05T11:25:08Z",
    "ocid": "ocds-h6vhtk-05ddd5",
    "description": "Question Scoring Methodology for Award Criteria outlined in Invitation to Tender 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. Please note there are minimum requirements concerning Cyber Security for this contract. Tenderers are also 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. they will meet standards on payment of subcontractors Tenderers who do not pass these questions will not be subject to Commercial Analysis. As a result the tender will not be considered further. 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. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30624 . 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 (SC Ref:817649)",
    "initiationType": "tender",
    "tender": {
        "id": "Case 798573",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "DJUST-Domestic Homicide and Suicide Reviews Training",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "80420000",
            "description": "E-learning services"
        },
        "mainProcurementCategory": "services",
        "description": "The training requirement involves the development, delivery, and evaluation of a series of learning modules aimed at supporting professionals undertaking Domestic Homicide and Suicide Reviews (DHSRs) in Scotland, as well as other individuals who would be involved in the process, such as advocates and families, friends, and communities of the victim or the perpetrator. This training is designed to improve the skills and knowledge of those who play key roles in the DHSR process, enabling them to undertake effective and meaningful reviews.",
        "lots": [
            {
                "id": "1",
                "description": "The training requirement involves the development, delivery, and evaluation of a series of learning modules aimed at supporting professionals undertaking Domestic Homicide and Suicide Reviews (DHSRs) in Scotland, as well as other individuals who would be involved in the process, such as advocates and families, friends, and communities of the victim or the perpetrator. This training is designed to improve the skills and knowledge of those who play key roles in the DHSR process, enabling them to undertake effective and meaningful reviews. Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Methodology",
                            "type": "quality",
                            "description": "25%"
                        },
                        {
                            "name": "Training Development",
                            "type": "quality",
                            "description": "20%"
                        },
                        {
                            "name": "Working with Government, Experts, and Lived Experience",
                            "type": "quality",
                            "description": "15%"
                        },
                        {
                            "name": "Ongoing Support and Maintenance",
                            "type": "quality",
                            "description": "10%"
                        },
                        {
                            "name": "Staffing",
                            "type": "quality",
                            "description": "10%"
                        },
                        {
                            "name": "Risk Management, Business Continuity and Disaster Recovery & Project Management",
                            "type": "quality",
                            "description": "10%"
                        },
                        {
                            "name": "Community Benefits",
                            "type": "quality",
                            "description": "5%"
                        },
                        {
                            "name": "Fair Work First",
                            "type": "quality",
                            "description": "5%"
                        },
                        {
                            "type": "price",
                            "description": "20"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-03-09T00:00:00Z",
                    "endDate": "2031-03-07T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Contract may be extended by up to 24 months until a date falling no later than Friday 11 March 2033, at the discretion of Scottish Ministers."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-11-28T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Financial Ratios - Bidders must demonstrate a Current Ratio of 1.0 or more. The current ratio shall be calculated as current assets/current liabilities and shall be based on the previous financial year. 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:",
                    "minimum": "Public Liability Insurance in the sum of not less than 2,000,000 GBP; Professional Indemnity Insurance in the sum of not less than 1,000,000 GBP; Employer's (Compulsory) Liability Insurance in accordance with any legal obligation for the time being in force. Such insurance must be maintained for the duration of the Contract and for a minimum of 5 years following the expiry or termination of the Contract.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "- Supply Chain Management/Tracking Systems Used - Environmental Management Measures",
                    "minimum": "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. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of: a) their standard payment terms b) >=95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year. If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance. 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. Accepted evidence includes but is not limited to: - a completed copy of the Bidder 'relevant contract' Climate Change Plan Template, including planned projects and actions to reduce the bidder's carbon emissions. This does not need to contain calculated carbon emissions.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "As detailed in the procurement documents.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2026-01-15T11:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2026-01-15T11:00:00Z"
        },
        "bidOpening": {
            "date": "2026-01-15T11:00:00Z"
        },
        "hasRecurrence": false
    },
    "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": "Marcia Broadfoot",
                "telephone": "+44 412425466",
                "email": "marcia.broadfoot@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": [
                    {
                        "id": "MINISTRY",
                        "scheme": "TED_CA_TYPE",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "id": "01",
                        "scheme": "COFOG",
                        "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"
            },
            "contactPoint": {
                "telephone": "+44 1312252525"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-1538",
        "name": "Scottish Government"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000815237"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000815237"
        }
    ],
    "language": "en"
}