Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

18/0960 Counselling in Schools

  • First published: 01 December 2023
  • Last modified: 01 December 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-041e12
Published by:
Moray Council
Authority ID:
AA20981
Publication date:
01 December 2023
Deadline date:
12 January 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Council is seeking to appoint an external Service Provider that is experienced and appropriately qualified to implement and deliver a counselling service for children and young people aged 10 years and over (up to and including young people aged 18 years) that is embedded within a whole system approach to supporting mental health and wellbeing, including whole school and early intervention approaches.

The counselling service will be a universally accessible service and should be available to secondary school pupils (primarily), and pupils aged 10 and over in our primary schools. The service should complement the range of whole-school and targeted approaches already available in schools to help support the mental, emotional, social and physical wellbeing of children and young people.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Moray Council

High Street

Elgin

IV30 1BX

UK

Telephone: +44 1343563137

E-mail: procurement@moray.gov.uk

NUTS: UKM62

Internet address(es)

Main address: http://www.moray.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00160

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.publictendersscotland.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.publictendersscotland.publiccontractsscotland.gov.uk


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

18/0960 Counselling in Schools

Reference number: 18/0960

II.1.2) Main CPV code

85312320

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Council is seeking to appoint an external Service Provider that is experienced and appropriately qualified to implement and deliver a counselling service for children and young people aged 10 years and over (up to and including young people aged 18 years) that is embedded within a whole system approach to supporting mental health and wellbeing, including whole school and early intervention approaches.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

85311300

85312300

85312320

II.2.3) Place of performance

NUTS code:

UKM62

II.2.4) Description of the procurement

The Council is seeking to appoint an external Service Provider that is experienced and appropriately qualified to implement and deliver a counselling service for children and young people aged 10 years and over (up to and including young people aged 18 years) that is embedded within a whole system approach to supporting mental health and wellbeing, including whole school and early intervention approaches.

The counselling service will be a universally accessible service and should be available to secondary school pupils (primarily), and pupils aged 10 and over in our primary schools. The service should complement the range of whole-school and targeted approaches already available in schools to help support the mental, emotional, social and physical wellbeing of children and young people.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start: 01/04/2024

End: 31/03/2027

This contract is subject to renewal: Yes

Description of renewals:

2x 12 month extensions.

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

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:

Where it is required within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.

Bidders are required to demonstrate they have suitably qualified staff who are members of the British Association for Counselling & Psychotherapy (BACP), Counselling and Psychotherapy in Scotland (COSCA) or equivalent

III.1.2) Economic and financial standing

List and brief description of selection criteria:

4B.1.1 The Bidder should provide its (“general”) yearly turnover (minimum required 1,620,000 GBP)for 3 financial years.


Minimum level(s) of standards required:

4B.5.1 - Employer's (Compulsory) Liability: = 5 Million GBP

Public Liability: = 5 Million GBP

Product Liability: = 5 Million GBP

4B.6 - The bidder is required to confirm that (to the best of their knowledge) there are no material post balance sheet events or other business issues arising since the date of the last audited financial statements that materially impact the economic and financial standing of the economic operator.

Where the operator is not able to make such a conformation, full details of the relevant events shall be provided along with an explanation of the expected impact on the bidders economic and financial standing.

The bidder is required to provide a copy of the last 2 audited financial statements as evidence of their compliance to meet their statutory obligations.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

4C.1 - Please provide relevant examples of works carried out in the past 3 years


Minimum level(s) of standards required:

4C.1 - Bidders will be required to provide 3 examples that demonstrate that they have the relevant experience of a similar service model carried out in the past three years.

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 12/01/2024

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

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 19/01/2024

Local time: 12:00

Section 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

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.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25694 . For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:751810)

VI.4) Procedures for review

VI.4.1) Review body

Elgin Sheriff Court

Sheriff Courthouse, High Street

Elgin

IV30 1BU

UK

Telephone: +44 343542505

E-mail: elgin@scotcourts.gov.uk

Internet address(es)

URL: https://scotcourts.gov.uk/

VI.5) Date of dispatch of this notice

30/11/2023

Coding

Commodity categories

ID Title Parent category
85312320 Counselling services Social work services without accommodation
85312300 Guidance and counselling services Social work services without accommodation
85311300 Welfare services for children and young people Social work services with accommodation

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@moray.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.