Section one: Contracting authority
one.1) Name and addresses
Renfrewshire Council
Renfrewshire House, Cotton Street
Paisley
PA1 1JB
shona.brydson@renfrewshire.gov.uk
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
http://www.renfrewshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of a Professional Independent Advocacy Service
Reference number
RC-CPU-25-063
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Renfrewshire Council is seeking to put a contract in place for the provision of a Professional Independent Advocacy Service for Adults, to be delivered from an office situated at a central location in Renfrewshire that is easily reached by all forms of public and individual transport.
This Contract will also require specific advocacy for people with drug and alcohol issues.
There is an existing Service for this provision, and it is the view of the Council that a Service Transfer (TUPE) may apply, however Tenderers should seek their own legal advice on this matter.
two.1.5) Estimated total value
Value excluding VAT: £761,352
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85140000 - Miscellaneous health services
- 85323000 - Community health services
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
Renfrewshire (to be delivered from an office situated at a central location in Renfrewshire that is easily reached by all forms of public and individual transport).
two.2.4) Description of the procurement
Open Tender
two.2.5) Award criteria
Quality criterion - Name: Service Delivery / Weighting: 20%
Quality criterion - Name: Principles and Standards / Weighting: 15%
Quality criterion - Name: Managing Performance / Weighting: 10%
Quality criterion - Name: Service Mobilisation / Weighting: 15%
Quality criterion - Name: Location of Office used for Service / Weighting: Pass/Fail
Quality criterion - Name: Fair Work First / Weighting: 5%
Quality criterion - Name: Community Benefits / Weighting: 5%
Quality criterion - Name: Insurances / Weighting: Pass/Fail
Quality criterion - Name: Health and Safety / Weighting: Pass/Fail
Price - Weighting: 30%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Contract Period of 3 years with the option to extend for up to 12 months on 1 occasion, anticipated to be 01 January 2026 – 31 December 2029 (or 31 December 2030, if the extension is taken up).
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
The Council’s standard practice is to request a minimum Dun & Bradstreet (D&B) Failure Score of 20 as part of the tender process. D&B scores are also checked monthly as part of Contract Management activities.
Where the Failure Score is lower than the requirement or is unavailable due to organisational structures, other information such as audited accounts will be requested and reviewed by Finance to ensure they are satisfied with the financial stability.
Tenderers will also have to meet the minimum Insurance requirements (below).
Minimum level(s) of standards possibly required
The following insurance levels will be required as part of this procurement:
- Employers liability - statutory minimum 10million GBP, each and every claim. If a Provider is exempt from the legal requirement for employers’ liability, then the Provider must confirm the relevant exemption that applies to them;
- Public liability - minimum 5million GBP, each and every claim
- Professional Indemnity - minimum 1million GBP, each and every claim
- Motor Vehicle - in the event that the Provider uses motor vehicles in the delivery of the Service, evidence of Third Party Liability Motor Vehicle Insurance, as required under the Road Traffic Act 1988 (as amended) for the use of such vehicles by the Provider and its Staff, agents and sub-contractors as may be appropriate. Cover should be unlimited in respect of death or injury
OR where there is no company fleet and employees use their own vehicles instead, a letter signed by a person of appropriate authority confirming that the provider has ongoing arrangements in place to ensure that employees' vehicles are appropriately insured and maintained for business purposes
OR where vehicles are not used in the delivery of the service, provide a letter stating this, signed by a person of appropriate authority confirming this.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Tenderers must be able to demonstrate capability and capacity by providing examples which evidence their recent experience (ending within the last 3 years) relevant to the delivery of Services under this Contract, for example delivery of similar Services to local authorities.
The preference is for 2 years or more experience - however, in order to ensure that newer/start-up organisations can bid, a shorter period will be considered if it clearly demonstrates relevant experience and capacity.
All staff employed in the delivery of the Service must be PVG registered.
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
8 September 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
Tender must be valid until: 5 February 2026
four.2.7) Conditions for opening of tenders
Date
8 September 2025
Local time
12:00pm
Information about authorised persons and opening procedure
Opening process as required by Renfrewshire Council Standing Orders.
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
Tenderers will be required to complete a Cyber Security questionnaire, to determine the suitability of their systems and processes for the processing and holding of data of people using the Service and/or interacting with Renfrewshire Council systems (including email). This will be evaluated, on a Pass/Fail basis.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29685. 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:
Community benefits will be a scored part of the Tender Evaluation process.
(SC Ref:804535)
six.4) Procedures for review
six.4.1) Review body
See VI.4.3 below
See VI.4.3 below
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
An economic operator that suffers or risks suffering, loss or damage attributable to breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446, as amended) may bring proceedings in the Sheriff Court or the Court of Session in accordance with Regulation 88 of the 2015 Regulations.