CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: 026891/S 000-2026
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: Not applicable
Type of bid required: Global bid

Contract notice

I) Contracting Authority/Entity
I.1) Name and addresses
Official name: Scottish Police Authority

Postal address: 2 French Street, Dalmarnock
Town: Glasgow
Region: SCOTLAND
Postal code: G40 4EH
Country: United Kingdom

Telephone: +44 1786895668
Email: ProcurementTenders@scotland.police.uk

Internet addresses

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Tenders or requests to participate must be submitted
Electronically
via
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

I.4) Type of the contracting authority
Body governed by public law

I.5) Main activity
Public order and safety

II) Object
II.1.1) Title
Provision of Psychological Supervision for Forensic Services staff
Reference number: PROC-25-3221

II.1.2) CPV Codes
Main CPV code
85000000

II.1.3) Type of contract
Services

II.1.4) Short description
The Scottish Police Authority has a requirement for the provision of Psychological Supervision for Forensic Services Staff.

II.1.5) Estimated Total Value
Value (excluding VAT)
600,000
Currency
GBP

II.2) Description
II.2.1) Title
Contract/Lot No
1

II.2.2) CPV codes
Main CPV codes
85100000
85110000
85121270

II.2.3) Place of performance
NUTS code
UKM – SCOTLAND

II.2.4) Description of the procurement
Provision of Psychological Supervision for Forensic Services staff as per ITT available on PCS-T

II.2.5) Award Criteria
Quality
Name: Technical
Weighting: 60

Price
Weighting: 40

II.2.7) Contract dates (estimated)
Duration in days
1080
This contract is subject to renewal
Yes
Description of renewals
2 x 12 months extension options

II.2.11) Information about options
Options: No

III) Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Please refer to the word version of the contact notice for PROC-25-3221 Provision of Services for Psychological Supervision for Forensic Services Staff uploaded on PCS-T project in the attachments area.
SPD Question 4A.1 Trade Registers
It is a requirement of this tender that if the Tenderer is UK based they must hold a valid registration with Companies House. Where the Tenderer is UK based but not registered at Companies House they must be able to verify to the SPA’s satisfaction that they are trading from the address provided in the tender and under the company name given.
Tenderer’s within the UK must confirm if they are registered under Companies House within this question.

III.1.2) Economic and financial standing
List and brief description of selection criteria
Please refer to the word version of the contact notice for PROC-25-3221 Provision of services for Psychological Supervision for Forensic Services Staff uploaded on PCS-T project in the attachments area.
It is a requirement of this Contract that Tenderers hold, or can commit to obtain prior to the commence of any subsequently awarded Contract, the items indicated below:
Minimum level(s) of standards possibly required
SPD Question 4B5 Insurances
Employers (Compulsory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide their current Employers Liability Insurance certificate which should include name of the insurers, policy numbers, expiry date and limits for any one incident and annual aggregate caps and the excesses under the policies.
Public Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Public Liability Insurance certificate.
Professional Indemnity Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Professional Indemnity Insurance certificate.
Documentation requested for the above insurances should include name of insurers, policy numbers, expiry date and limits of any one incident and annual aggregate caps and the excesses under the policies.
EPD Question 4B6 Financial Standing:
The Authority will access a Credit safe report for a Tenderers organisation and use the information contained within to assist with the assessment of the Tenderer’s economic and financial standing. Tenders are asked to provide their company number within the SPD to allow the Authority to access a Credit Safe Report.
Within such reports, the risk of business failure is expressed as a score of less than 30 (high risk of business failure). In the event that a company is determined to have a risk failure rating of 30 and below i.e. that the company is considered to have a high risk of business failure, the submission will not be considered further.
If you are successful in the award of this contract and your risk failure rating falls below 30 then the SPA reserve the right to remove you from this contract. It is the Contractor’s responsibility to ensure that the information held by Credit Safe is accurate and up to date.
For the avoidance of doubt, the SPA will request a report from Credit Safe following the closing date for the receipt of the Tenders to ensure that the most up to date information is used. Where you are not registered on credit safe e.g. charitable organisations or new start companies/ Sole Traders with less than 3 years trading history, discretionary powers are available to the Director of Finance to consider abbreviated accounts along with bankers references etc.
Tenderers should be aware that any outstanding County Court Judgements will have a detrimental effect on the rating held by Credit Safe and it is your responsibility to ensure that the information held by Credit Safe is accurate and up to date – failure to do so will result in rejection of your submission.
IMPORTANT NOTE: This requirement is not applicable to Sole Traders/ Charities. Sole Traders/ Charities may be required to provide a bankers reference if successful.

III.1.3) Technical and professional ability
List and brief description of selection criteria
Please refer to the word version of the contact notice for PROC-25-3221 Provision of Services for Psychological Supervision for Forensic Services Staff uploaded on PCS-T project in the attachments area.
Tenderer`s will be required to provide evidence of having the necessary capacity and capability to deliver the requirements stated within the tender documents.
Minimum level(s) of standards possibly required
SPD Question 4C.1.2 Technical and Professional Ability
With reference to the nature and details of the supplies/services that are the subject matter of this tender, relevant examples are to be provided of the supplies/services undertaken by the Tenderer in the last 3 years.
You must describe in sufficient detail the required experience in terms of the specific supplies/services, the number of required examples, the minimum duration of experience e.g. 3 years and the value / scope of the previous projects e.g. must be of similar value to the contract being procured.

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
Please refer to the word version of the contact notice for PROC-25-3221 Provision of Services for Psychological Supervision for Forensic Services Staff uploaded on PCS-T project in the attachments area.
Tenderer`s will be required to provide evidence of having the necessary capacity and capability to deliver the requirements stated within the tender documents.

IV) Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement
Yes

IV.2) Administrative information

IV.2.2) Tender submission deadline
2026-04-23 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted
English

IV.2.5) Scheduled date for start of award procedures
2026-04-23 12:00

IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in days
5400
from the date stated for receipt of tender

IV.2.7) Conditions for opening of tenders
Date: 2026-04-23 12:00

VI) Complementary information
VI.1) Information about recurrence
This is a recurrent procurement
No

VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used

VI.3) Additional information
Please refer to the published Contract Notice document which can be found within the attachments areas of the PCS-T portal which details
the requirements and additional detail relating to:
Assessment of Employment Status
Living Wage
Equality and Diversity
Declaration of Non-Involvement in Serious Organised Crime
Subcontractor Detail
Data Protection
Info Security Requirement
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31441. For more information see:
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
Please refer to the word version of the contact notice for PROC-25-3221 Provision of Services for Psychological Supervision for Forensic Services Staff uploaded on PCS-T project in the attachments area.
(SC Ref:827006)

VI.4) Procedures for review
VI.4.1) Review body
Official name
Glasgow Sheriff Court
Postal address: 1 Carlton Place
Town: Glasgow
Postal code: G5 9DA
Country: United Kingdom

VI.5) Date of dispatch of this notice
2026-03-24 14:49

RELATED ARTICLES

March 25, 2026

Fire Service Legal Services (FSO Enforcement Support Services)

Type of document: Contract Notice Country: United Kingdom Publication Ref: 026984/S 000-2026 Nature of contract: Service contract Procedure: Not specified Regulation of procurement: Not applicable Type

March 25, 2026

GMCA 1861 Hospital and Community Navigator Service

Type of document: Contract Notice Country: United Kingdom 1. Title: GMCA 1861 HOSPITAL AND COMMUNITY NAVIGATOR SERVICE 2. Awarding Authority: Greater Manchester Combined