Back to contracts list

Educational Services Procured Services Arrangement (PSA)

South Lanarkshire Council

Contract Information

This procurement is Phase 11 of the South Lanarkshire Council established multi Lot, multi provider Procured Services Arrangement (PSA). The aim of the PSA is to allow SLC Education Resources and all SLC schools to contract compliantly with providers who will deliver all forms of educational services. These will include services funded by Pupil Equity Funding, Access to Counsellors Mental Health Funding, Council budgets and other education funding. Please note, all relevant documentation can be found in the project on Public Contract Scotland Tender (PCS-T): https://www.publictendersscotland.publiccontractsscotland.gov.uk

Value
GBP 42,141,617
Deadline
30/04/2026 (in 5 months)
Selection Criteria
  • Suitability
    SPD Question 4A.1 Trade Registers It is a requirement of this tender that if the Applicant is UK based they must hold a valid registration with Companies House. Where the Applicant is UK based but not registered at Companies House they must be able to verify to the Councils satisfaction that they are trading from the address provided in the tender and under the company name given. If the Applicant is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015. SPD Question 4A.2 Authorisation/Membership Where it is required, within a Applicant’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Applicants must confirm if they hold the particular authorisation or memberships.
  • Economic
    SPD Question 4B.4 Economic and Financial Standing The Council will use the following ratios to evaluate a Applicants financial status: Profitability – this is taken as profit after tax but before dividends and minority interests; Liquidity – this is calculated as current assets less stock and work in progress, divided by current liabilities; Gearing– this is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. . Applicants must provide the name and value of each of the 3 ratios within their response to SPD question 4B.4. The Council requires Applicants to pass 2 out of the 3 financial ratios above. Where 2 out of the 3 ratios cannot be met, the Council may take account of other factors (including those listed below) when assessing financial viability and the risk to the Council, providing that the Applicant can supply evidence to substantiate any of the mitigating criteria when requested to do so. The following list is not exhaustive and other criteria may be considered where proposed by a Applicant as mitigating factors: Would the Applicant have passed the checks if prior year accounts had been used? Were any of the poor appraisal outcomes "marginal"? Does the Applicant operate in a market which, traditionally, requires lower liquidity or higher debt finance? Does the Applicant have sufficient reserves to sustain losses for a number of years? Does the Applicant have a healthy cashflow? Is the Applicant profitable enough to finance the interest on its debt? Is most of the Applicant's debt owed to group companies? Is the Applicant's debt due to be repaid over a number of years, and affordable? Have the Applicant's results been adversely affected by "one off costs" and / or "one off accounting treatments"? Do the Applicant's auditors (where applicable) consider it to be a "going concern"? Will the Applicant provide a Parent Company Guarantee? Is the Applicant the single supplier/source of the Goods/Works/Services in the marketplace? The Council will request submission of and assess the Applicants financial accounts, and may use financial verification systems to validate the information provided. . The Council will not carry out a financial appraisal of Applicants until the value of all Call off Contracts awarded to the Applicant reaches 50,000 GBP, at which point Applicants who have been appointed to the PSA will be required to re-submit their financial ratios as detailed in the Contract Notice and supply copies of their 2 most recent years audited accounts, within 2 working days of being requested to do by the Council, to allow the Council to carry out a financial appraisal. Applicants must pass the financial appraisal when it is carried out or their appointment to the PSA may be terminated. . SPD Question 4B.5 Insurance The Applicant must confirm that they have or will commit to obtain prior to the commencement of the contract, the following Insurances: Employer’s Liability Insurance Public Liability Insurance *Professional Indemnity Insurance *Providers will not be required to hold Professional Indemnity Insurance as a mandatory requirement for appointment to the PSA. Providers may be required to have/put in place Professional Indemnity Insurance for specific call offs awarded under the PSA and will be advised of this requirement at the point of call off.
  • Technical
    SPD Question 4C.1.2 Technical and Professional Ability With reference to the nature and details of the services to be supplied under the PSA Lots, 3 relevant examples, of a similar size and nature, are to be provided of services delivered by the applicant in the last 3 years. If multiple Lots are being applied for, Applicants must provide 3 examples of experience for each Lot being applied for. . SPD Question 4C.6 Technical and Professional Ability (Qualifications) It is a mandatory requirement of this tender that all the applicants staff who will be involved in delivering services under the PSA have the relevant PVG Scheme Membership in terms of the Protection of Vulnerable Groups (Scotland) Act 2007. It is a requirement of this PSA that Applicants recommended for appointment complete and submit, when requested to do so by the Council, the PVG Declaration in the general attachments area, prior to appointment to the PSA. . SPD Question 4D.1 Quality Assurance Schemes It is a mandatory requirement of this PSA that applicants hold either ISO 90001:2015 Quality Management System or an internal Quality Management System as detailed in Attachment 11 in the SPD General Attachments area.
Documents attached
  • Educational Services Procured Services Arrangement (PSA) (contractNotice)text/html

Buyer Information

The primary buyer of this contract is South Lanarkshire Council. There are 3 parties involved in this contract.

Buyer name
South Lanarkshire Council
Party #1
Party #2
Party #3
  • ID:
    org-75
  • Name:
    Court of Session (Court of Session)
  • Role:
    reviewContactPoint, reviewBody
  • Address:
    Parliament Square Edinburgh, EH1 1RQ
  • Contact point:
    Unknown contact name
    Email: Unknown email
    Phone: Unknown phone
    Website: http://

Metadata

Contract ID
rls-81-NOV542591
Open Contracting ID
ocds-r6ebe6-0000814364
Tender ID
SLC/PS/EDUC/19/028
Buyer name
South Lanarkshire Council
Parties involved
  • South Lanarkshire Council
  • Hamilton Sheriff Court
  • Court of Session
Value
GBP 42,141,617
Bid Opening Date
30/04/2026 (in 5 months)
Award start date
30/04/2026 (in 5 months)
Tender end date
30/04/2026 (in 5 months)
Procurement method
Open procedure
Procurement method details
Open procedure
Main procurement category
services
Submission method
electronicSubmission
Submission terms - language
en
Submission terms - bid validity period
29/10/2026 (in a year)
Techniques - Has framework agreement
No
Techniques - Framework agreement maximum participants
Unknown maximum participants
Number of lots
12
Lot details (Maximum lots bid per supplier)
Unknown maximum lots bid per supplier
Communication channel
Unknown communication channel
Covered By
GPA
Legal basis
32014L0024
Legal basis scheme
CELEX
Classification (Primary)
80000000: Education and training services (CPV)
Classification (Additional)
  • 55200000: Camping sites and other non-hotel accommodation
  • 55243000: Children’s holiday-camp services
  • 72212190: Educational software development services
  • 75121000: Administrative educational services
  • 75124000: Administrative recreational, cultural and religious services
  • 75200000: Provision of services to the community
  • 79952100: Cultural event organisation services
  • 80000000: Education and training services
  • 80100000: Primary education services
  • 80110000: Pre-school education services
  • 80200000: Secondary education services
  • 80210000: Technical and vocational secondary education services
  • 80211000: Technical secondary education services
  • 80212000: Vocational secondary education services
  • 80300000: Higher education services
  • 80310000: Youth education services
  • 80340000: Special education services
  • 80400000: Adult and other education services
  • 80410000: Various school services
  • 80420000: E-learning services
  • 85311000: Social work services with accommodation
  • 85311300: Welfare services for children and young people
  • 85312300: Guidance and counselling services
  • 85312310: Guidance services
  • 85312320: Counselling services
  • 85312330: Family-planning services
  • 85312400: Welfare services not delivered through residential institutions
  • 85322000: Community action programme
  • 85323000: Community health services
  • 92000000: Recreational, cultural and sporting services
  • 92500000: Library, archives, museums and other cultural services
  • 98000000: Other community, social and personal services
  • 98133100: Civic betterment and community facility support services
  • 98133110: Services provided by youth associations