Section one: Contracting authority
one.1) Name and addresses
Scottish Government
4 Atlantic Quay, 70 York St
Glasgow
G2 8EA
Contact
Sophie Stark
Telephone
+44 412425466
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.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
DCAF-National Kinship Care Advice Service
Reference number
CASE/758852
two.1.2) Main CPV code
- 85300000 - Social work and related services
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Government has a requirement to place a contract with an external service provider for the provision of a National Kinship Care Advice Service.
The Scottish Government Children and Families Directorate, on behalf of the Care Experience and Whole Family Wellbeing division, wishes to commission a National Kinship Care Service. The purpose of the Service is to provide relevant support, and up to date advice and information, including peer support, specifically tailored to the needs of kinship carers and children and young people living in kinship care. The new service should also provide a platform for bringing kinship care families together and the sharing of practice between local authorities and other agencies.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £697,479.35
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The procurement will follow an Open Procedure.
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.
Scottish Government reserves the right to request this information from relevant parties upon whom the
main bidder will not rely to fulfil selection criteria.
4C.4 Bidders must confirm that they will include the standard clause in all contracts used in the delivery of the requirements, ensuring payment of subcontractors at all stages of the supply chain within 30 days and include a point of contact for subcontractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance and provision of evidence and reporting to the Scottish Government on a regular basis. Bidders who fail to answer “Yes” to this question will not have their tender considered further.
4C.7 Light Touch: Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements: Evidence that their organisation has taken steps to build their awareness of the climate change emergency and consideration of how they will respond. This should include details of planned projects and actions to reduce the bidder’s carbon emissions.
4C.10 Bidders will be required to confirm whether they intend to sub-contract and if so, for what proportion of the
contract.
Bidders must confirm that they will pay staff that are involved in the delivery of services under the contract, at least the real Living Wage. Any tenderer who answers "No" to this question will not be subject to further evaluation.
Bidders will be required to complete a Supplier Assurance Questionnaire with a Moderate risk allocated. Suppliers must pass the initial questionnaire or provide a Cyber Implementation Plan.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
two.2.11) Information about options
Options: Yes
Description of options
There is a 12 month optional period that will be utilised at Scottish Ministers discretion.
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 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.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-012883
Section five. Award of contract
Contract No
CASE/758852
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
25 June 2025
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
CHILDREN 1ST
83 Whitehouse Loan, , Edinburgh
Edinburgh
EH9 1AT
Telephone
+44 0000000000
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £697,479.35
Section six. Complementary information
six.3) Additional information
SPD will be scored on a pass/fail basis.
The contract award criteria will be Price 20%/Quality 80 %.
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.
Bidders must complete the SPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement.
The mobilisation period starts from signature of the Contract (Contract execution) to the Commencement Date (1st September 2025).
Community Benefit Proposal:
For this service, Children First’s community benefits will actively contribute to the Scottish Government’s National Outcomes through improving community’s economic, social, and environmental wellbeing.
-Provision of community spaces and community facing hubs across Scotland for local families to utilise;
-Include families in the development of our services;
-For any recruitment that takes place for this Service we will conduct a targeted campaign that will be inclusive and offer opportunities to priority groups within communities;
-Use local small, medium, and local enterprises or supported businesses to provide goods and services for example where we use external training providers; and
-Workforce training on: Adverse Childhood Experiences; Systemic Practice; Trauma Recovery Practice; Restorative Practice; Family Group Decision Making; Alcohol/Drug Awareness; Children’s Human Rights; Financial Wellbeing and Anti-racism.
(SC Ref:803314)
six.4) Procedures for review
six.4.1) Review body
Sherrif Court House
27 Chamber Street
Edinburgh
Country
United Kingdom