Section one: Contracting authority
one.1) Name and addresses
Scottish Government
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
Contact
Caroline Little
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Social Security Independent Advocacy Service 2026-2028
Reference number
CASE/746873
two.1.2) Main CPV code
- 98200000 - Equal opportunities consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Social Security Independent Advocacy Service 2026-2028 for an initial 2 year period
two.1.5) Estimated total value
Value excluding VAT: £14,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Social Security Independent Advocacy Service 2026-2028 for an initial 2 year period.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 70
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2 x 12 month extension options available.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
Insurances
Minimum level(s) of standards possibly required
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 (compulsory) liability Insurance = in accordance with any legal obligation for the time being in force.
Public Liability Insurance = 5 Million GBP
Professional Indemnity Insurance = 1 Million GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
Supply Chain Management -
**Please note within the Technical Envelope of PCS-T we will request information on Supply Chain Management/Prompt Payment
tenderers must submit responses to this question contained in the SPD (Scotland) under section 4C.4 (Technical Envelope in PCS-T). A
‘Pass/Fail’ score will be awarded to the Supply Chain Management/Prompt Payment question (unless it is stipulated as NON-Applicable as
they do not operate supply chain as part of their delivery. Only tenders that achieve a ‘Pass’ or stipulate as Non-Applicable) for this section
in the SPD (Scotland) will proceed to having rest of their qualification submission evaluated.
Environmental Management Measure - Environmental Management Measure
**Please note within the Technical Envelope of PCS-T we will request information on Environmental Measurement Management,
tenderers must submit responses to this question contained in the SPD (Scotland) under section 4C.7 (Technical Envelope in PCS-T). A
‘Pass/Fail’ score will be awarded to the Environmental Management Measures question. Only tenders that achieve a ‘Pass’ for this section
in the SPD (Scotland) will proceed to having rest of their qualification submission evaluated.
Minimum level(s) of standards possibly required
Supply Chain Management
If tenders intend to use a supply chain to deliver the requirements, they should confirm they have (or have access to) the relevant supply
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.
Environmental Management Measure
Tenders 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 tenders ‘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.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
21 August 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
21 August 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29567.
For more information see:
http://www.publiccontractsscotland.gov.uk
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29567. 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:
Specified within the Statement of Requirements - Schedule 1
(SC Ref:803125)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom