{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000831476-2026-05-11T00:00:00Z",
    "date": "2026-05-11T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000831476",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-29",
            "name": "East Renfrewshire Council",
            "identifier": {
                "legalName": "East Renfrewshire Council"
            },
            "address": {
                "streetAddress": "Eastwood HQ, Eastwood Park,",
                "locality": "Giffnock",
                "region": "UKM83",
                "postalCode": "G46 6UG"
            },
            "contactPoint": {
                "name": "Louise McNaught, Procurement Category Manager",
                "email": "louise.mcnaught@eastrenfrewshire.gov.uk",
                "telephone": "+44 1415778590",
                "url": "https://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.eastrenfrewshire.gov.uk"
            }
        },
        {
            "id": "org-30",
            "name": "Paisley Shariff Court and Justice of the Peace",
            "identifier": {
                "legalName": "Paisley Shariff Court and Justice of the Peace"
            },
            "address": {
                "locality": "Paisley",
                "postalCode": "PA3 2HW"
            },
            "contactPoint": {
                "email": "paisley@scotcourts.gov.uk",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "East Renfrewshire Council",
        "id": "org-29"
    },
    "tender": {
        "id": "ERC000745",
        "title": "Healthier Minds Wellbeing Service",
        "description": "East Renfrewshire Council on behalf of the Health & Social Care Partnership is inviting tenders, from suitably qualified providers for the Provision of a Healthier Minds Wellbeing Service. East Renfrewshire Council, on behalf of the Health and Social Care Partnership, are commissioning a refreshed service which closely aligns to existing services and our vision to deliver the Promise. This service will deliver targeted help and support to children, young people, and families to improve mental wellbeing. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the SPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the SPD in PCS-T. The anticipated start date for the contract is early July 2026. The contract is for an initial period of 2 years plus an optional 1-year extension. It should be noted that extensions are available at the discretion of the Council and are not guaranteed. The estimated value shown below is reflective of the full 3 years being offered. This is not guaranteed.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "85000000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 900000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2026-06-10T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2026-06-10T12:00:00Z"
        },
        "documents": [
            {
                "id": "MAY555560",
                "documentType": "contractNotice",
                "title": "Healthier Minds Wellbeing Service",
                "description": "East Renfrewshire Council on behalf of the Health & Social Care Partnership is inviting tenders, from suitably qualified providers for the Provision of a Healthier Minds Wellbeing Service. East Renfrewshire Council, on behalf of the Health and Social Care Partnership, are commissioning a refreshed service which closely aligns to existing services and our vision to deliver the Promise. This service will deliver targeted help and support to children, young people, and families to improve mental wellbeing. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the SPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the SPD in PCS-T. The anticipated start date for the contract is early July 2026. The contract is for an initial period of 2 years plus an optional 1-year extension. It should be noted that extensions are available at the discretion of the Council and are not guaranteed. The estimated value shown below is reflective of the full 3 years being offered. This is not guaranteed.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY555560",
                "format": "text/html"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "East Renfrewshire Council on behalf of the Health & Social Care Partnership is inviting tenders, from suitably qualified providers for the Provision of a Healthier Minds Wellbeing Service. The service will be embedded within our existing Healthier Minds model and will work with children and young people aged 8 - 18 years old who attend school in East Renfrewshire or who ordinarily reside in East Renfrewshire. Whilst it is expected that a range of flexible supports will be provided, a key element of the service will be to ensure that children and young people's presenting needs are held within the context of family relationships. In addition to individual work, this will necessitate systemic family work which involves working with all family members to help build connection and a sense of safety within relationships so all family members, especially children, have their needs recognised and met.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.",
                "status": "active",
                "value": {
                    "amount": 900000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Community Benefits",
                            "description": "10"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend for a further 12 months."
                }
            }
        ],
        "bidOpening": {
            "date": "2026-06-10T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "Contract performance conditions provided within the tender documents and as detailed within PCS-Tender."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Due to the nature of the services it is mandatory that all of the successful provider's staff or staffs of a sub-contractor(s) hold Disclosure Scotland PVG memberships. Bidders must confirm if they hold the particular memberships."
                },
                {
                    "type": "economic",
                    "description": "Bidders will be required to have a minimum yearly \"specific\" turnover of 600000 GBP for the last 2 years in the business area covered by the contract The Council reserves the right at its own discretion to seek information from the applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to determine the Applicant's economic and financial standing. East Renfrewshire Council requires to ensure that the economic operator has the necessary economic and financial capacity to perform and complete the contract. In the current difficult economic environment, the Council seeks to ensure that the contractor who undertakes the works has suitable financial strength and capacity to complete these goods, works or services. Where an economic operator wishes to be considered for selection under this contract but cannot meet the turnover and/or Credit Safe score of 30 that economic operator must provide financial information which will satisfy the Council that they have an equivalent level of economic and financial standing; and must provide related guarantees or formal assurances to support their right to participate and be considered for any contract award (Regulation 61(8)). Please note that any financial information disclosed should evidence the financial strength of the economic operator tendering, therefore additional supporting information will need to be provided where joint or group accounts are provided in support of a bid to explain to the Council the relevance of that information. Where the economic bidder relies upon or intends to reply upon any Key Subcontractors in performance of the contract, then the Council reserves the right to assess the financial strength and suitability the Key subcontractor as part of the qualification process; Where the economic operator relies upon a parent company to provide financial assurance in support of their bid, the Council will also reserve the right to seek financial information on the strength and suitability of the parent company; and Where the economic operator relies upon the capacity of other parties in respect of selection and/or performance of the contract, then dependent on the nature of the arrangement the Council may require full disclosure of financial information in support of the bid. For example, where the bidder identifies as a consortium the Council will require that the consortium, as a group, can meet the financial selection requirements contained in the procurement documents. Where a bidder is part of a Consortium, it shall procure the execution and delivery to the Employer of a Consortium Guarantee (in the form provided by the council) executed by each member of the Consortium (acting as Consortium guarantor) in Self Proving Form. The Council reserves the right to monitor that the economic operator continues to meet the financial selection requirements upon receipt of the invitation to tender or after evaluation has been completed and prior to any award being made. Economic operators must inform the Council of any changes to any submission made by them in respect of their financial and or economic situation. The Council will further reserve the right to remove any economic operator from the tendering process where they are no longer able to fulfil any of the selection requirements as directed within the procurement documents. Further detail is contained within the procurement documents. Bidders who cannot meet the required level of turnover will be excluded from this tender. 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: Employer's (Compulsory) Liability Insurance = 10 million GBP Public Liability Insurance 5 million GBP Professional Indemnity Insurance 2 million GBP"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "classification": {
            "id": "85311300",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "Lots are not being used for this tender for the reason(s) stated below: Nature of the contract not suitable for lots. Prompt Payment-The successful tenderer shall, as a condition of being awarded the contract, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these services are paid timeously and that as a minimum invoices rendered by subcontractors shall(unless formally disputed by the tenderer)be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors, if any. The Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Failure to supply the information within timeframe requested may result in your bid being rejected & the Council proceeding with the procurement exercise to the next appropriate bidder. Additional information pertaining to this contract notice is contained within the Tender documents. Applicants must ensure they read in line with this contract notice. Bidders who intend to use a supply chain to deliver the requirements detailed in the Contract Notice, must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. Bidders must provide a response at SPD Q4.C.4 and 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. Bidders unable to confirm (b) must provide an improvement plan, signed by their Director, which improves payment performance. It should be noted that where a bidder is unable to confirm or provide a satisfactory improvement plan the Council reserves the right to remove you from the process. Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) - Subcontractors Supplier Response is completed and uploaded at question 2C.1 of the qualification envelope. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31764. 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 has been included as a mandatory requirement. Minimum Community Benefit Points (CBP) Required - 240. (SC Ref:831476)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000831476"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}