Tender

Social Security Independent Advocacy Service 2026-2028

  • Scottish Government

F02: Contract notice

Notice identifier: 2025/S 000-036430

Procurement identifier (OCID): ocds-h6vhtk-0556c4

Published 1 July 2025, 2:04pm



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

5 Atlantic Quay, 150 Broomielaw

Glasgow

G2 8LU

Contact

Caroline Little

Email

caroline.little@gov.scot

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.scotland.gov.uk

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