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

Embedded Mental Health and Wellbeing Support in Schools

  • First published: 08 February 2024
  • Last modified: 08 February 2024

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-043803
Published by:
Glasgow City Council
Authority ID:
AA20167
Publication date:
08 February 2024
Deadline date:
22 March 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Glasgow City Council Education Services have a requirement to provide high quality mental health and wellbeing supports for all learners across the city. We work with a wide range of organisations and suppliers to provide a range of services that are delivered in our schools and communities. The aims and principles of this offer are: -

To provide, in partnership with local and national government;-

- access to mental health and wellbeing support through schools, enabling locally provided support for children and young people towards promoting mental health and wellbeing;

- high quality and effective evidence-based interventions and training as part of a range of supports available locally to children and young people;

- staff who are suitably qualified and experienced in working with children and young people and working to an agreed standard across the city;

- access to mental health / wellbeing workers through primary, secondary, and additional supported learning (ASL) schools, ensuring consistently high-quality services locally, for pupils aged 5 and over.

Glasgow City Council Education Services are looking for a range of services that specifically offer support that are provided either within the school or the local community that the school is based in. We are referring to the term “embedded support” as this reflects the requirement for workers to be linked to the school so that they are part of the learning community. This would cover staff who are based in the school for part of the week, who deliver support in the school outside normal school hours or during school holidays or staff who work with children and young people in the wider community but are linked specifically to the school e.g. sport, outdoor activities, outdoor learning.

The service(s) should deliver interventions including:

- Family Support linked to schools, working with parents / carers to help support their children. Linked to this there may be Professional Learning and Development Training delivered through schools, linked to Mental Health, promoting resilience and wellbeing for staff working with children and young people

- Advice, Support and Therapeutic Services to Children and Young People (Evidenced based interventions but not including One to One Counselling). Linked to this there may be Professional Learning and Development Training delivered through schools, linked to Mental Health, promoting resilience and wellbeing for staff working with children and young people

- Creative Engagement with children and young people. Linked to this there may be Professional Learning and Development Training delivered through schools, linked to Mental Health, promoting resilience and wellbeing for staff working with children and young people

- Sport / Physical Activity / Outdoor Education

- Mentoring / Youth Work for young people including External Tutors / Additional Support. Linked to this there may be Professional Learning and Development Training delivered through schools, linked to Mental Health, promoting resilience and wellbeing for staff working with children and young people

- Group Work for children and young people focussing on promoting positive mental health, resilience, and wellbeing

Organisations are invited to bid for one or more of these services either within localities or across the city. Successful bidders would be included in a contract framework that would allow schools to purchase services for extended periods of time based on the funding they have available. There are significant advantages for all parties in having an extended contract agreement.

This framework only covers services that involve staff working in schools with children, young people, parents/carers, or education staff. This does include online resources, Apps or digital platforms.

Please refer to the Invitation to Tender document for further information.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Glasgow City Council

40 John St, City Chambers

Glasgow

G2 1DU

UK

Contact person: David Hart

E-mail: david.hart@glasgow.gov.uk

NUTS: UKM82

Internet address(es)

Main address: www.glasgow.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196

I.1) Name and addresses

East Renfrewshire Council

Eastwood HQ, Eastwood Park,

Giffnock

G46 6UG

UK

Telephone: +44 1415773669

E-mail: ercprocurement@eastrenfrewshire.gov.uk

NUTS: UKM83

Internet address(es)

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

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00183

I.2) Joint procurement

The contract involves joint procurement

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


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

Embedded Mental Health and Wellbeing Support in Schools

Reference number: GCC005853CPU

II.1.2) Main CPV code

85312300

 

II.1.3) Type of contract

Services

II.1.4) Short description

Glasgow City Council invites tender bids to be part of a flexible framework agreement to provide embedded mental health and wellbeing support services to schools across Glasgow and East Renfrewshire.

For clarity, the scope of services to be provided under this Flexible Framework Agreement fall within the definition of a “social and other specific” service under the Public Contracts (Scotland) Regulations 2015. Notwithstanding the term framework agreement this procurement is utilising the flexibility provided for within Section 7 of the Regulations in particular Regulation 76. This ITT details the procedure being utilised by the Council for this procurement.

II.1.5) Estimated total value

Value excluding VAT: 20 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

85312310

85312300

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow and East Renfrewshire

II.2.4) Description of the procurement

Glasgow City Council Education Services have a requirement to provide high quality mental health and wellbeing supports for all learners across the city. We work with a wide range of organisations and suppliers to provide a range of services that are delivered in our schools and communities. The aims and principles of this offer are: -

To provide, in partnership with local and national government;-

- access to mental health and wellbeing support through schools, enabling locally provided support for children and young people towards promoting mental health and wellbeing;

- high quality and effective evidence-based interventions and training as part of a range of supports available locally to children and young people;

- staff who are suitably qualified and experienced in working with children and young people and working to an agreed standard across the city;

- access to mental health / wellbeing workers through primary, secondary, and additional supported learning (ASL) schools, ensuring consistently high-quality services locally, for pupils aged 5 and over.

Glasgow City Council Education Services are looking for a range of services that specifically offer support that are provided either within the school or the local community that the school is based in. We are referring to the term “embedded support” as this reflects the requirement for workers to be linked to the school so that they are part of the learning community. This would cover staff who are based in the school for part of the week, who deliver support in the school outside normal school hours or during school holidays or staff who work with children and young people in the wider community but are linked specifically to the school e.g. sport, outdoor activities, outdoor learning.

The service(s) should deliver interventions including:

- Family Support linked to schools, working with parents / carers to help support their children. Linked to this there may be Professional Learning and Development Training delivered through schools, linked to Mental Health, promoting resilience and wellbeing for staff working with children and young people

- Advice, Support and Therapeutic Services to Children and Young People (Evidenced based interventions but not including One to One Counselling). Linked to this there may be Professional Learning and Development Training delivered through schools, linked to Mental Health, promoting resilience and wellbeing for staff working with children and young people

- Creative Engagement with children and young people. Linked to this there may be Professional Learning and Development Training delivered through schools, linked to Mental Health, promoting resilience and wellbeing for staff working with children and young people

- Sport / Physical Activity / Outdoor Education

- Mentoring / Youth Work for young people including External Tutors / Additional Support. Linked to this there may be Professional Learning and Development Training delivered through schools, linked to Mental Health, promoting resilience and wellbeing for staff working with children and young people

- Group Work for children and young people focussing on promoting positive mental health, resilience, and wellbeing

Organisations are invited to bid for one or more of these services either within localities or across the city. Successful bidders would be included in a contract framework that would allow schools to purchase services for extended periods of time based on the funding they have available. There are significant advantages for all parties in having an extended contract agreement.

This framework only covers services that involve staff working in schools with children, young people, parents/carers, or education staff. This does include online resources, Apps or digital platforms.

Please refer to the Invitation to Tender document for further information.

II.2.5) Award criteria

Criteria below:

Quality criterion: Service Delivery / Weighting: 18%

Quality criterion: Outcomes / Weighting: 17%

Quality criterion: Partnership Activity / Weighting: 6%

Quality criterion: Infrastructure / Weighting: 15%

Quality criterion: Contract Implementation / Weighting: 7%

Quality criterion: Monitoring and Evaluation / Weighting: 15%

Quality criterion: Accessibility and Equality / Weighting: 3%

Quality criterion: Business Continuity / Weighting: 4%

Quality criterion: Sustainability / Weighting: 5%

Quality criterion: Fair Work First / Weighting: 5%

Quality criterion: Handling Data / Weighting: Information Only

Price / Weighting:  5%

II.2.6) Estimated value

Value excluding VAT: 20 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Potential to extend for a period(s) up to a maximum of 4 years in total

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.1.2) Economic and financial standing

List and brief description of selection criteria:

Glasgow City Council’s Insurance Requirements are:


Minimum level(s) of standards required:

- The organisation/consultant shall take out and maintain throughout the period of their services Employer’s Liability insurance to the value of at least TEN MILLION POUNDS STERLING (10,000,000 GBP) in respect of any one event and unlimited in the period.

- The organisation/consultant shall take out and maintain throughout the period of their services Public Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000 GBP) in respect of any one event and unlimited in the period.

- The organisation/consultant shall take out and maintain throughout the period of their services Abuse cover to the value of at least FIVE MILLION POUNDS STERLING (5,000,000 GBP) in respect of any one claim, without limit to the number of claims OR; Abuse cover to the value of at least TEN MILLION POUNDS STERLING (10,000,000 GBP) in respect of any one claim, and in the aggregate. The policy must be arranged on a ‘claims occurring’ basis. Please note cover arranged on a claims made basis will not be accepted by Glasgow City Council

- Bidder shall take out and maintain throughout the period of their services and for a further 3 years on completion of their service, Professional Indemnity insurance to the value of at least ONE MILLION POUNDS STERLING (1,000,000 GBP) in respect of each claim and in the aggregate.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Please refer to the Invitation to Tender document.

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: 999

Justification for any framework agreement duration exceeding 4 years: The council, and providers awarded to the framework, will benefit from a longer term agreement as it will allow providers to plan ahead. This should help providers to retain staff and ensure that the children and young people continue to receive the best quality services available without delay or disruption which can often occur through regular tender renewals / supplier changes.

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: 22/03/2024

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

Tender must be valid until: 22/07/2024

IV.2.7) Conditions for opening of tenders

Date: 22/03/2024

Local time: 12:00

Place:

Glasgow City Chambers

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

January 2031

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

Bidders must hold certificates for Quality Assurance and Environmental Management Standards or comply with all questions noted in SPD Section 4D. Bidders must note the implications FOI legislation and ensure that any info they wish the council to consider withholding is indicated. (NB the council does not bind itself to withhold this info). Tenderers Amendments - Bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer within the Tenderers Amendment statement on PCS-T. Prompt Payment - The successful tenderer shall, as a condition of being awarded, be required to demonstrate to the council's satisfaction that all funds due permitted sub-contractors are paid timeously and as a minimum, invoices rendered by subcontractors shall be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its sub-contractors in respect of payments due to any sub-sub-contractors. Bidders will be required to complete the prompt payment statement and Non-collusion statement within PCS-T. All successful bidders will be required to sign an Insurance Mandate - see attachment within PCS-T. If is not signed and returned the council reserves the right to request copies of certificates at any point during the framework period. The framework agreement is located within the buyers attachment area of PCS-T.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25904. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Community benefit outcomes for this contract will be based on spend thresholds. There are five spend thresholds within the Community Benefits menu ranging from 50,000 GBP to 5,000,000 GBP. Spend will be monitored on an annual basis and successful suppliers will be required to deliver the outcomes offered under the appropriate threshold(s). Further detail is available with the Invitation to Tender document.

(SC Ref:755228)

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

PO Box 23, 1 Carlton Place

Glasgow

G5 9DA

UK

E-mail: glasgow@scotcourts.gov.uk

Internet address(es)

URL: https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Glasgow City Council (“the Council”) must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to conclude the framework agreement. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (“the Regulations”). The Council is obliged to comply with the Regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the Council must not conclude the framework agreement unless the proceedings are determined, discontinued or disposed of; or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic Operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.

VI.5) Date of dispatch of this notice

07/02/2024

Coding

Commodity categories

ID Title Parent category
85312300 Guidance and counselling services Social work services without accommodation
85312310 Guidance services Social work services without 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:
david.hart@glasgow.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.