Tender

DJUST-Domestic Homicide and Suicide Reviews Training

  • Scottish Government

F02: Contract notice

Notice identifier: 2025/S 000-080068

Procurement identifier (OCID): ocds-h6vhtk-05ddd5

Published 5 December 2025, 11:25am



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

5 Atlantic Quay, 150 Broomielaw

Glasgow

G2 8LU

Contact

Marcia Broadfoot

Email

marcia.broadfoot@gov.scot

Telephone

+44 412425466

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.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

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

DJUST-Domestic Homicide and Suicide Reviews Training

Reference number

Case 798573

two.1.2) Main CPV code

  • 80420000 - E-learning services

two.1.3) Type of contract

Services

two.1.4) Short description

The training requirement involves the development, delivery, and evaluation of a series of learning modules aimed at supporting professionals undertaking Domestic Homicide and Suicide Reviews (DHSRs) in Scotland, as well as other individuals who would be involved in the process, such as advocates and families, friends, and communities of the victim or the perpetrator. This training is designed to improve the skills and knowledge of those who play key roles in the DHSR process, enabling them to undertake effective and meaningful reviews.

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

The training requirement involves the development, delivery, and evaluation of a series of learning modules aimed at supporting professionals undertaking Domestic Homicide and Suicide Reviews (DHSRs) in Scotland, as well as other individuals who would be involved in the process, such as advocates and families, friends, and communities of the victim or the perpetrator. This training is designed to improve the skills and knowledge of those who play key roles in the DHSR process, enabling them to undertake effective and meaningful reviews.

two.2.5) Award criteria

Quality criterion - Name: Methodology / Weighting: 25%

Quality criterion - Name: Training Development / Weighting: 20%

Quality criterion - Name: Working with Government, Experts, and Lived Experience / Weighting: 15%

Quality criterion - Name: Ongoing Support and Maintenance / Weighting: 10%

Quality criterion - Name: Staffing / Weighting: 10%

Quality criterion - Name: Risk Management, Business Continuity and Disaster Recovery & Project Management / Weighting: 10%

Quality criterion - Name: Community Benefits / Weighting: 5%

Quality criterion - Name: Fair Work First / Weighting: 5%

Price - Weighting: 20

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

9 March 2026

End date

7 March 2031

This contract is subject to renewal

Yes

Description of renewals

The Contract may be extended by up to 24 months until a date falling no later than Friday 11 March 2033, at the discretion of Scottish Ministers.

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

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.


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

Financial Ratios - Bidders must demonstrate a Current Ratio of 1.0 or more.

The current ratio shall be calculated as current assets/current liabilities and shall be based on the previous financial year.

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:

Minimum level(s) of standards possibly required

Public Liability Insurance in the sum of not less than 2,000,000 GBP;

Professional Indemnity Insurance in the sum of not less than 1,000,000 GBP;

Employer’s (Compulsory) Liability Insurance in accordance with any legal obligation for the time being in force.

Such insurance must be maintained for the duration of the Contract and for a minimum of 5 years following the expiry or termination of the Contract.

three.1.3) Technical and professional ability

List and brief description of selection criteria

- Supply Chain Management/Tracking Systems Used

- Environmental Management Measures

Minimum level(s) of standards possibly required

If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain 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.

Bidders 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 Bidder ‘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.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As detailed in the procurement documents.

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.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-072459

four.2.2) Time limit for receipt of tenders or requests to participate

Date

15 January 2026

Local time

11:00am

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

15 January 2026

Local time

11:00am


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

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.

Please note there are minimum requirements concerning Cyber Security for this contract.

Tenderers are also asked to confirm:

that they will pay staff that are involved in the delivery of services under the contract, at least the real Living Wage.

they will meet standards on payment of subcontractors

Tenderers who do not pass these questions will not be subject to Commercial Analysis. As a result the tender will not be considered further.

Bidders must complete the SPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement.

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.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30624 . 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

(SC Ref:817649)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court and Justice of the Peace Court

27 Chambers Street

Edinburgh

EH1 1LB

Telephone

+44 1312252525

Country

United Kingdom