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