Notice Information
Notice Title
COMMS-Family Advocacy Service for Bereaved Families following a Death in Prison Custody
Notice Description
The Scottish Government seeks to commission an independent Family Advocacy Service to provide specialist support and representation to families following the death of a loved one in prison custody. The service will be independent, trauma-informed, and rooted in advocacy principles, ensuring families are supported, heard, and empowered throughout complex post-death processes.
Lot Information
Lot 1
The Service Provider must: - Manage, administer and coordinate the delivery of high-quality advocacy support to all eligible Service Users who request support following a death in prison custody. - Design the service to deliver the activities within the Specification. - Put in place systems, agreements and processes to ensure local delivery of advocacy support are consistently available across the whole of Scotland. - Deliver the service independently of both Scottish Ministers, Scottish Prison Service, COPFS, and other statutory bodies. - Monitor service delivery; provide the Purchaser with robust monitoring information; and act when needed to improve services. - Ensure that Service Users, staff and other stakeholders are treated with dignity, fairness and respect.
Renewal: Scottish Government reserve the right to extend for up to two 12-month periods to a date no later than 31 July 2029.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05f1a6
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/027219-2026
- 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
98 - Other community, social and personal services
-
- CPV Codes
98000000 - Other community, social and personal services
Notice Value(s)
- Tender Value
- £450,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 25 Mar 20261 months ago
- Submission Deadline
- 29 Apr 20264 days to go
- Future Notice Date
- 5 Jan 2026Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- 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
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
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-05f1a6-2026-03-25T11:02:59Z",
"date": "2026-03-25T11:02:59Z",
"ocid": "ocds-h6vhtk-05f1a6",
"description": "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. SPD will be scored on a pass/fail basis. Bidders must complete the SPD to demonstrate adherence to the Exclusion and Selection Criteria for this procurement. The contract award criteria will be Quality 80% Price 20%. 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. 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 31472. 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: 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: how the delivery of the contract will deliver community benefits that strengthen local capacity to support families bereaved following a death in prison custody, including improved access to trauma-informed information and advocacy. These benefits should contribute to greater community understanding of the challenges faced by bereaved families and support wider system learning. (SC Ref:818732)",
"initiationType": "tender",
"tender": {
"id": "Case/799177",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "COMMS-Family Advocacy Service for Bereaved Families following a Death in Prison Custody",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "98000000",
"description": "Other community, social and personal services"
},
"mainProcurementCategory": "services",
"description": "The Scottish Government seeks to commission an independent Family Advocacy Service to provide specialist support and representation to families following the death of a loved one in prison custody. The service will be independent, trauma-informed, and rooted in advocacy principles, ensuring families are supported, heard, and empowered throughout complex post-death processes.",
"lots": [
{
"id": "1",
"description": "The Service Provider must: - Manage, administer and coordinate the delivery of high-quality advocacy support to all eligible Service Users who request support following a death in prison custody. - Design the service to deliver the activities within the Specification. - Put in place systems, agreements and processes to ensure local delivery of advocacy support are consistently available across the whole of Scotland. - Deliver the service independently of both Scottish Ministers, Scottish Prison Service, COPFS, and other statutory bodies. - Monitor service delivery; provide the Purchaser with robust monitoring information; and act when needed to improve services. - Ensure that Service Users, staff and other stakeholders are treated with dignity, fairness and respect.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "80"
},
{
"type": "price",
"description": "20"
}
]
},
"contractPeriod": {
"durationInDays": 360
},
"hasRenewal": true,
"renewal": {
"description": "Scottish Government reserve the right to extend for up to two 12-month periods to a date no later than 31 July 2029."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2026-01-05T00:00:00Z"
},
"coveredBy": [
"GPA"
],
"value": {
"amount": 450000,
"currency": "GBP"
},
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Within the SPD, Scottish Government will ask the following criteria on economic and financial standing. Please respond with the appropriate information. Bidders will be required to state the value(s) for the following financial ratio(s). Current Ratio will be calculated as follows: total current assets divided by total current liabilities and shall be based on the previous financial year. There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing. 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. 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.",
"minimum": "Financial Ratio - Bidders must demonstrate a Current Ratio of no less than 1.0. Employer's (Compulsory) Liability Insurance = in accordance with any legal obligation for the time being in force. Public Liability Insurance (in a sum not less) = 2,000,000 GBP Professional Risk Indemnity Insurance (in a sum not less) = 2,000,000 GBP",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "- Supply Chain Management/Tracking Systems Used (MANDATORY) - Environmental Management Measures (MANDATORY) - Proportion (%) to be Sub-Contracted (MANDATORY)",
"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. Bidders will be required to confirm whether they intend to sub-contract and if so, for what proportion of the contract. 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 questions 2C.1.1 (Technicians) and 2D.1.2 (Subcontractors) on PCS-T.",
"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": "2026-04-29T11:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2026-04-29T11:00:00+01:00"
},
"bidOpening": {
"date": "2026-04-29T11:00:00+01:00"
},
"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": {
"telephone": "+44 412425466",
"email": "Kerry.Gubbins@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-4630",
"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": "EH11LB",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-1538",
"name": "Scottish Government"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000815435"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000815435"
}
],
"language": "en"
}