Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Tayside Procurement Consortium
Fairmuir Depot, 365 Clepington Road
Dundee
DD8 3DZ
UK
Contact person: Julie Thompson, Commodity Manager
Telephone: +44 1382834072
E-mail: julie.thompson@dundeecity.gov.uk
NUTS: UKM7
Internet address(es)
Main address: http://www.taysideprocurement.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12382
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
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:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Flexible Framework for Counselling in Schools (TPC2011)
Reference number: TPC/Counssch/20/11
II.1.2) Main CPV code
85300000
II.1.3) Type of contract
Services
II.1.4) Short description
Scottish Government announced funding in August 2019 for qualified counsellors to be delivering counselling in schools. Counselling should be available to secondary school pupils (primarily) and primary and special schools in communities for pupils aged 10 and over. The focus will be on one: one direct counselling.
II.1.5) Estimated total value
Value excluding VAT:
4 019 615.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85300000
II.2.3) Place of performance
NUTS code:
UKM7
Main site or place of performance:
Schools throughout Angus Council, Dundee City Council and Perth and Kinross Council area.
II.2.4) Description of the procurement
Counselling in schools in accordance with Scottish Government Guidance published March 2020.
Service delivery models should meet the requirements set out in the Scottish Government’s ‘Guidance for Education Authorities Establishing Access to Counselling in Secondary Schools’ (March 2020).
URL: https://www.gov.scot/publications/guidance-education-authorities-establishing-access-counselling-secondary-schools/ (March 2020)
URL: https://www.gov.scot/publications/delivery-of-access-to-counsellors-through-schools-aims-and-principles/
(May 2020)
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
1 154 533.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/11/2020
End:
31/12/2021
This contract is subject to renewal: Yes
Description of renewals:
The ‘Flexible Framework’ will be ‘refreshed’ in October 2021 and a further ‘Contract Notice’ will be published on Public Contracts Scotland at that time. The framework may be continued from 1 January 2022 to 31 October 2023.
The estimated framework value of GBP 1.54 million as detailed in this notice is the value of the flexible framework for the initial 14 months period to 31 December 2021.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
The Light Touch Regime (LTR) outlines specific rules for certain ‘social and other specific service’ contracts.
The procurement is being undertaken in accordance with the ‘Light Touch Regime’, ref: Regulations 74-76 of the Public Contracts (Scotland) Regulations 2015.
The ‘Flexible Framework’ will have an initial period 1 November 2020 to 31 December 2021.
Section 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:
ESPD 4C2
Counsellors/counselling:
The counselling support provided should conform to agreed professional standards, such as those provided by COCSA and BACP (or equivalent) and current best practice for school based counselling, specifically in respect of counsellors qualifications, supervision policy, child protection policies and continuous professional development and learning.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
To provide us with the confidence that the supplier can deliver the requirements of the contract, the following financial indicators will be used based on your last 2 years audited accounts:
ESPD 4B.6/4B.6.1
To provide us with the confidence that the provider can deliver the requirements of the contract, the following financial indicators will be used based on your last 2 years audited accounts:
Tenderers will be required to provide/state the value(s) for the following financial ratio(s)
— Net profit for both financial years, if there has been a loss in any one year the tenderer must provide an explanation of the specific circumstances leading to the loss.
— Current ratio equal to or greater than one in both financial years. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.
— Positive gearing ratio for both financial years. i.e. an excess of shareholders funds/partners' capital accounts/owners equity over loan finance in both of the financial years. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.
— Positive shareholders funds/positive partners’ capital accounts/positive owners equity (whichever is applicable to the type of business) in both of the financial years.
— Unqualified audit report (if an audit is required).
The main provider is responsible for ensuring the suitability of subcontractors, including financial standing, for the proposed services.
Where a tenderer does not meet these requirements further details should be provided to confirm why and TPC may undertake additional financial checks and a qualitative judgement shall be made as to the financial capacity of the tenderer.
Parent company guarantee — with reference to the economic and financial standing criteria above, the purchaser reserves the right in its sole discretion to waive these minimum requirements in the case of bidders who are able to offer the purchaser adequate substitute surety to our entire satisfaction. By way of example only (but without limitation), adequate substitute surety may be an unqualified guarantee for the performance of the bidder’s entire obligations under the contract to follow on this process by a parent or associated company established in the UK and which parent or associated company does meet the minimum requirements set out in these criteria.
The parent company will be required to satisfy the same criteria detailed above.
New businesses: please see tender documentation for full details.
Minimum level(s) of standards required:
Employer's liability insurance: GBP 10 000 000 in respect of each claim.
Public liability insurance: GBP 5 000 000 in respect of each claim.
Professional indemnity/medical malpractice insurance: where tenderer’s Insurers assess that this is required — GBP 150 000 in the aggregate.
Vehicle insurance cover: provider responsible for ensuring that motor insurance if staff or volunteers who use their own vehicles have business use insurance covered. If carrying service users includes, includes business use and personal accident cover for passengers.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
ESPD 4C.1.2
Scottish Government publication, ‘Guidance for Education Authorities Establishing Access to Counselling in Secondary Schools’ which was published in March 2020.
‘The counselling service is a universally accessible service and should be available to all secondary school pupils and primary, ASN school pupils aged 10 and over.’
‘Formal counselling should be undertaken by a professional counsellor, acting in their specialist role and in accordance with a strict code of ethics, which requires confidentially, accountability and clinical supervision.’
Minimum level(s) of standards required:
Providers must be experienced in delivering counselling requirements.
Providers must be experienced in recruiting qualified counsellors.
The provider organisation must have familiarity/experience of the assessment process, method of assessment, multi-agency working, organisation of clinical supervision and evaluating service provision.
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
Qualified counsellors
Formal counselling follows the British Association for counsellors and psychotherapy (BACP) definition of counselling which is: ‘a professional activity delivered by qualified practitioners in schools. Counsellors offer troubled and/or distressed children and young people an opportunity to talk about their difficulties, within a relationship of agreed confidentiality.’
— These posts will be qualified at post-graduate level in counselling and be in line with BACP (or equivalent) and COSCA (or equivalent) standards and recommendations.
— The postholders will be PVG Scheme checked.
III.2.2) Contract performance conditions
As stated throughout this notice and in the tender documentation.
III.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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 20
Justification for any framework agreement duration exceeding 4 years: NA
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2020/S 118-287920
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
03/09/2020
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
04/01/2021
IV.2.7) Conditions for opening of tenders
Date:
03/09/2020
Local time: 13:00
Place:
PCS-T electronic postbox.
Information about authorised persons and opening procedure:
Tayside procurement consortium — commodity manager.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
October 2021.
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
Bidder exclusion: economic operators may be excluded from this competition if there are in any of the situations referred to in Regulations 58 of the Public Contracts (Scotland) Regulations 2015.
Tender evaluation: the tender evaluation methodology including scoring range, detailing the criteria and weightings can be found in the PCS-Tender project (Attachments Area). Project number 16622.
Bidders will require to complete a GDPR compliance statement as part of their bid submission.
A pre-tender provider engagement event was held on 23 July 2020. The event was facilitated by the ‘Supplier Development Programme’. A copy of the powerpoint slides and the ‘Q and A’ document can be found in the PCS-Tender Project (Attachments Area). Project number 16622.
The overall flexible framework estimated value (for a possible max 4-year period) is as stated in this notice.
Tender clarification interviews will be held (if necessary) and the dates for these is 16/17 September 2020.
The tender will be published on PCS-T on 3 August 2020.
The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 16622. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A subcontract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
The contracting authority does not intend to include any community benefit requirements in this contract for the following reason:
This is a social care procurement (socio-economic outcomes). Counselling services to be evaluated in the initial phase of the flexible framework, at which point further consideration will be given to inclusion of community benefits requirements.
(SC Ref:626628)
VI.4) Procedures for review
VI.4.1) Review body
Dundee Sheriff Court and Justice of the Peace Court
Sheriff Court House, 6 West Bell Street
Dundee
DD1 9AD
UK
VI.4.4) Service from which information about the review procedure may be obtained
Scottish Courts Service
Saughton House, Broomhouse Drive
Edinburgh
EH11 3XD
UK
Telephone: +44 1314443300
E-mail: enquiries@scotcourts.gov.uk
VI.5) Date of dispatch of this notice
29/07/2020