Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Inverclyde Council
Procurement, Municipal Buildings, Clyde Square
Greenock
PA15 1LX
UK
Telephone: +44 1475717171
E-mail: procurement@Inverclyde.gov.uk
NUTS: UKM83
Internet address(es)
Main address: http://www.inverclyde.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00168
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
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/
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
Provision of a School Age Counselling Service
II.1.2) Main CPV code
85312320
II.1.3) Type of contract
Services
II.1.4) Short description
Inverclyde Council on behalf of Inverclyde Health and Social Care Partnership (HSCP) and in conjunction with Inverclyde Council’s Education Service seeking a provider to deliver a new service for the provision of an early help service to promote and improve the mental health, emotional resilience and wellbeing of children and young people who are negatively affected or are at risk of being affected by poor mental health. This will be a counselling service delivered predominantly in schools, but also where necessary in homes and community settings, to support children and young people aged 5 to 18 years.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85312320
85312300
II.2.3) Place of performance
NUTS code:
UKM83
II.2.4) Description of the procurement
The service will be child centred and governed by the Inverclyde GIRFEC Practice Guidance with a single point referral system and one door philosophy of help and support. It will deliver key strands of activities including but not limited to the following:
a) One to one counselling and assessment and interventions for children and young people (including intensive interventions /crisis-based work depending on need);
b) Group work;
c) Drop in sessions for children & young people in schools;
d) Improved links with GPs, community link workers and primary care and Child and Adolescent Mental Health Services CAMHS; 2.11.
e) Support to parents and families to support children and young persons;
f) Support and consultation for teachers and school staff;
g) Professional learning and training for teachers and staff to increase capacity and resilience to respond, manage and safety plan for children & young people.
h) Utilisation of technology to support engagement, virtual approaches and delivery of the service;
i) Preventative activities with the broader population to raise the profile of the service;
j) Development and delivery of appropriate promotional and communication media and materials for the service to raise awareness of the service and how to access the service;
k) Provision of a service throughout the school holidays; and
l) Link and work collaboratively with existing services.
II.2.5) Award criteria
Criteria below:
Quality criterion: Implementation Plan
/ Weighting: 10
Quality criterion: Service Delivery
/ Weighting: 25
Quality criterion: Service Delivery Improvement
/ Weighting: 7.5
Quality criterion: Unforeseen Events
/ Weighting: 3
Quality criterion: Management and Development of Staff
/ Weighting: 5
Quality criterion: Outcomes and Reporting
/ Weighting: 3.5
Quality criterion: Social Value - Outcome Menu
/ Weighting: 2
Quality criterion: Social Value - Supporting Methodology
/ Weighting: 1
Quality criterion: Fair Work First
/ Weighting: 3
Price
/ Weighting:
40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/08/2024
End:
31/07/2027
This contract is subject to renewal: No
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
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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Inverclyde Council will check the financial status of applicants by means of a Dun and Bradstreet assessment. In order to be considered, applicants must achieve one of the following:
(a) Where the tenderers Dun & Bradstreet risk indicator is 3, the annual contract value should also be less than 50% of the tenderers average turnover over the preceding 2 years (with audited accounts dated within 24 months of the date of the financial check).
OR
(b) Where the tenderers Dun & Bradstreet risk indicator is 2 or better, the annual contract value should also be less than 75% of the tenderers average turnover over the preceding 2 years (with audited accounts dated within 21 months of the date of the financial check).
PLEASE NOTE THE IMPORTANT GUIDANCE TO BIDDERS BELOW:
APPLICANTS ARE STRONGLY ADVISED TO SATISFY THEMSELVES THAT THEY MEET THESE CRITERIA AS FAILURE OF THE FINANCIAL CHECK WILL MEAN THAT THEIR APPLICATION WILL NOT BE CONSIDERED FURTHER. APPLICANTS SHOULD ALSO SATISFY THEMSELVES THAT THEIR DUN AND BRADSTREET RATINGS ARE CORRECT AND IT IS THE APPLICANT’S RESPONSIBILITY TO RAISE ANY QUERIES WITH DUN AND BRADSTREET IF THEY FEEL A CORRECTION IS REQUIRED. THE COUNCIL WILL RELY ON THE RISK RATING IT OBTAINS AT THE TIME IT PERFORMS THE D&B FINANCIAL CHECK.
You must provide your average yearly turnover for the last 2 years.
Turnover must be provided from your audited accounts. Turnover from unaudited accounts or part year turnover will not be accepted.
If you are unable to provide the turnover information required due to being exempt from submission of full audited accounts, please provide an explanation on why you are exempt in response to this question.
If you have responded that you are exempt from submitting full audited accounts, please confirm that you will be prepared to submit alternative information and documentation on your financial position should this be required at any point. This information could be required at selection or in the event that the bidder is identified as the preferred bidder.
Minimum level(s) of standards required:
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:
Employers Liability Insurance - 5M GBP
Public Liability Insurance - 10M GBP with no inner limit for abuse claims - to include a data protection insurance extension limit of indemnity required - 250K GBP
Professional Indemnity Insurance - 1M GBP
Contractor's Cyber Risk Insurance limit of indemnity required - 250K GBP
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Bidders should provide a minimum of two (2) examples of contractual arrangements they have held over the past three (3) years which best demonstrates their relevant experience to deliver requirements within the Contract which were similar in regards to scope, scale, value and duration.
Minimum level(s) of standards required:
TECHNICAL & PROFESSIONAL ABILITY (TECHNICIANS & TECHNICAL BODIES)
All staff appointed to the contract will be required to have an up-to-date enhanced disclosure Scotland PVG carried out at the providers cost before being able to provide these services.
a) Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications. All counselling team staff must be appropriately trained and qualified and accredited / registered by their professional/therapeutic bodies. For example, counselling staff delivering services are accredited with COSCA (Counselling and Psychotherapy in Scotland) or BACP (British Association for Counselling and Psychotherapy).
b) The service provider should conform to agreed professional standards, such as those provided by COSCA and BACP, NMC and current best practice for school-based counselling, specifically in respect of counsellor’s qualifications, supervision policy, child protection policies and continuous professional development and learning.
References may be sought as part of the procurement process.
***
TECHNICAL & PROFESSIONAL (QUALIFICATIONS)
All counselling team staff must be appropriately trained and qualified and accredited by their professional/therapeutic bodies. 70% of the counselling team must be counselling staff delivering services and be accredited with COSCA (Counselling and Psychotherapy in Scotland) or BACP (British Association for Counselling and Psychotherapy). The remaining 30% of the counselling team workforce require a Professional
Qualification and Registration with a Professional Body and desired experience ie Registered Mental health nurse Registered with NMC and skilled with appropriate interventions , or PMHCW, or recognised professional qualification such as Masters in Psychological therapies for children and Young people ie Child and Adolescent Therapist position. The clinical lead must have the supervision element of the qualification/ capacity and experience to fulfil this requirement for the staff employed above( ie NES supervision training ).
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:
08/03/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
08/03/2024
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
SPD 4C SUBCONTRACTORS
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
SPD 4D QUALITY MANAGEMENT PROCEDURES
The bidder must hold a UKAs (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO9001 (or equivalent) OR hold the information contained in the buyer attachment area in PCS-T (file name "Contract Notice Additional Information")
HEALTH & SAFETY
The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS
18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum OR hold the information contained in the buyer attachment area in PCS-T (file name "Contract Notice Additional Information") ESPD Health & Safety.
The bidder must hold UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate OR hold the information contained in the buyer attachment area in PCS-T (file name "Contract Notice Additional Information")
TECHNICAL ENVELOPE 2.4 PART A: CHILD PROTECTION POLICY
The bidder must have a documented Child Protection Policy that fully meets the Protection of The Children (Scotland) Act 1995, the Children’s Hearings (Scotland) Act 2011 and Children and Young People (S) Act 2014 and the guidance in Protecting Children and Young People: The Charter (Scottish Executive, 2004).
TECHNICAL ENVELOPE 2.5 PART A: COMPLAINTS PROCEDURE
The bidder must comply with Inverclyde Council`s Complaints Handling Procedure.
TECHNICAL ENVELOPE 2.6 PART A: DATA PROTECTION, DATA RETENTION AND SECURE DESTRUCTION
The bidder must demonstrate appropriate compliance with the Data Protection Laws for Data Protection, Data Retention and Secure Destruction by providing a copy of their Policy/Policies
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25894. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:757151)
VI.4) Procedures for review
VI.4.1) Review body
Greenock Sheriff Court and Justice of the Peace Court
Sheriff Court House,1 Nelson Street,
Greenock
PA15 1TR
UK
VI.5) Date of dispatch of this notice
06/02/2024