Tender

Pathways to Employment and In-Work Support

INVERCLYDE COUNCIL

This public procurement record has 1 release in its history.

Tender

01 Apr 2026 at 00:00

Summary of the contracting process

Inverclyde Council is currently in the tender stage for a contract titled "Pathways to Employment and In-Work Support". The project is aimed at delivering employability services, addressing the needs of unemployed and low-income residents in Inverclyde, Scotland. The procurement is being conducted via an open procedure with electronic submissions required by 1st May 2026. The contract will commence on 1st July 2026 and end on 30th June 2027, with an option to extend until March 2028. This opportunity falls within the "General public services" category, specifically targeting the "services" sector, and is encompassed by the GPA regulations. Potential bidders must be mindful of financial and technical selection criteria stipulated by Inverclyde Council, as well as notable insurance requirements.

This tender offers significant opportunities for business growth, particularly for organisations experienced in employment and training services. Companies or consortia capable of delivering person-centred, barrier-removal actions and employability training are well-suited to compete. The focus is on providing sustainable employment outcomes for groups including parents on low incomes. The contract includes community benefits stipulations, such as achieving Social Value Points, thus aligning with organisations dedicated to social impact. This tender process is an attractive opportunity for businesses equipped with the necessary financial stability, previous relevant experience, and a commitment to community development.

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

Notice Title

Pathways to Employment and In-Work Support

Notice Description

Pathways to Employment and In-Work Support

Lot Information

Lot 1

Inverclyde Council would like to appoint an organisation, partnership or consortium to deliver a Pathways to Employment & In-Work Support service, wholly based within Inverclyde, covering all stages of the national 5-stage employability pathway model. This service must provide clear progression routes and improved employment outcomes for Inverclyde residents, particularly parents, who are unemployed or on low-income and experiencing barriers to employment, to support them to progress towards and into employment as well as improve their position within the labour market.. 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: Option to extend until 31st March 2028.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000827239
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR552985
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract 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

79 - Business services: law, marketing, consulting, recruitment, printing and security

80 - Education and training services

85 - Health and social work services


CPV Codes

79611000 - Job search services

79634000 - Career guidance services

80000000 - Education and training services

80530000 - Vocational training services

85312310 - Guidance services

Notice Value(s)

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

Notice Dates

Publication Date
1 Apr 20263 days ago
Submission Deadline
1 May 20264 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Jul 2026 - 30 Jun 2027 6-12 months
Recurrence
2027/28

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
INVERCLYDE COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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

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-r6ebe6-0000827239-2026-04-01T00:00:00Z",
    "date": "2026-04-01T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000827239",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-50",
            "name": "Inverclyde Council",
            "identifier": {
                "legalName": "Inverclyde Council"
            },
            "address": {
                "streetAddress": "Procurement, Municipal Buildings, Clyde Square",
                "locality": "Greenock",
                "region": "UKM83",
                "postalCode": "PA15 1LX"
            },
            "contactPoint": {
                "email": "procurement@Inverclyde.gov.uk",
                "telephone": "+44 1475712634",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.inverclyde.gov.uk"
            }
        },
        {
            "id": "org-51",
            "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"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Inverclyde Council",
        "id": "org-50"
    },
    "tender": {
        "id": "CP0636/EMP",
        "title": "Pathways to Employment and In-Work Support",
        "description": "Pathways to Employment and In-Work Support",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "79634000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "80530000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "85312310",
                        "scheme": "CPV"
                    },
                    {
                        "id": "80000000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2026-05-01T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2026-05-01T12:00:00Z"
        },
        "documents": [
            {
                "id": "APR552985",
                "documentType": "contractNotice",
                "title": "Pathways to Employment and In-Work Support",
                "description": "Pathways to Employment and In-Work Support",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR552985",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Inverclyde Council would like to appoint an organisation, partnership or consortium to deliver a Pathways to Employment & In-Work Support service, wholly based within Inverclyde, covering all stages of the national 5-stage employability pathway model. This service must provide clear progression routes and improved employment outcomes for Inverclyde residents, particularly parents, who are unemployed or on low-income and experiencing barriers to employment, to support them to progress towards and into employment as well as improve their position within the labour market.. 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": [
                        {
                            "type": "quality",
                            "name": "Delivery Methodology",
                            "description": "10"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "startDate": "2026-07-01T00:00:00Z",
                    "endDate": "2027-06-30T00:00:00Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend until 31st March 2028."
                }
            }
        ],
        "bidOpening": {
            "date": "2026-05-01T12:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "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). PLEASE NOTE THE IMPORTANT GUIDANCE TO BIDDERS BELOW: 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 level(s) of standards required: Employers Liability Insurance- 5M GBP Public Liability Insurance- 5M GBP Professional Indemnity Insurance- 2M GBP Contractor's Cyber Risk Insurance limit of indemnity required- 1M GBP"
                },
                {
                    "type": "technical",
                    "description": "4C 1.2 4C 1.2 Bidders must provide a minimum of three (3) examples of contractual arrangements they have held over the past three (3) years which best demonstrates their relevant experience to deliver requirements within the Contract which were similar in regards to scope, scale, value and duration. The examples provided must demonstrate that as a Training provider you are experienced in delivering flexible, person centred support with barrier removal actions and providing employability training, leading to sustainable employment outcomes to these specific client groups; parents who are unemployed/economically inactive or on low-income and experiencing barriers to employment, who are at most risk of experiencing poverty, with a focus on the six priority family groups and unemployed/economically inactive people, living in a jobless household and experiencing barriers to employment. Applicants are required to provide examples that demonstrate their relevant experience of delivering such services over the last 3 years. Examples must include detail of; - Duration and content, including how content was adapted to meet client's needs - Which client groups were supported - How service developed and improved skills, confidence and motivation etc - Any training that was delivered and qualifications gained - Steps taken to keep clients engaged and on track to gain required outcomes - Outcomes achieved. 4C. 10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. 4D.1 QUALITY MANAGEMENTPROCEDURES 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 the following: a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. 4D.1 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 supplier attachment area in PCS-T (file name \"Contract Notice Additional Information\")"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "79611000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "2027/28"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "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, Prompt Payment Certificate and Tender Declaration Certificate. It will also be a condition of contract that Tenderers comply with Inverclyde Council's General Conditions of Contract, Special Conditions of Contract, Specification, Contract Information for Tenderers, Data Sharing Agreement, PVG and use the web hosted Hanlon Management Information System or equivalent to track client progress. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31471. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 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: Social Value Points expectation for a contract of this value and duration is 180. It will be a contractual requirement that the successful tenderer deliver the Community Benefits offered during the contract period. (SC Ref:827239)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000827239"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}