Contract notice
Section I: Contracting
authority
I.1) Name and addresses
West Dunbartonshire Council
16 Church Street
Dumbarton
G82 1QL
UK
Contact person: Victoria Wilson
Telephone: +44 1389737000
E-mail: Victoria.Wilson@west-dunbarton.gov.uk
NUTS: UKM81
Internet address(es)
Main address: http://www.west-dunbarton.gov.uk/business/suppliers/procurement/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00153
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
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 Scottish Government Counselling in Schools
Reference number: 2425-19
II.1.2) Main CPV code
85312320
II.1.3) Type of contract
Services
II.1.4) Short description
West Dunbartonshire Council are seeking an organisation to provide a Youth Counselling Service in West Dunbartonshire Schools.
The service purpose is to provide confidential counselling for young people in all 6 secondary schools.
The aim is to promote positive emotional health and wellbeing in learners attending secondary school by:
Providing direct counselling to young people following referral to the service for a range of emotional health issues;
Signposting and facilitating onward referrals of young people experiencing crisis to appropriate agencies;
Supporting and enabling staff to support emotionally vulnerable young people;
To improve the overall emotional health of young people using the service;
Raising the visibility of emotionally vulnerable young people in schools, community and at home where appropriate.
The counselling must be provided by an accredited qualified counsellor.
II.1.5) Estimated total value
Value excluding VAT:
310 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85312320
II.2.3) Place of performance
NUTS code:
UKM81
Main site or place of performance:
West Dunbartonshire Secondary Schools
II.2.4) Description of the procurement
The route to market is to conduct an open procedure through Public Contracts Scotland - Tender.
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
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Will be reviewed during contract
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:
All staff are required to be subject to up to date Protection of Vulnerable Groups (PVG) checks at the level appropriate to their roles before any client contact commences.
All tenderers must confirm that, upon receipt of notification of intention to award the contract from West Dunbartonshire Council, they will comply fully with the foregoing and, if not already in place, obtain PVG Scheme Membership/Disclosure Scotland check for all relevant personnel intended to serve on the West Dunbartonshire Council contract.
Tenderers must confirm that all Counsellors to be deployed in the delivery of the service will attend clinical supervision, in accordance with British Association of Counselling and Psychotherapy (BACP) guidelines, with a suitably qualified supervisor
Tenderers must confirm that all counsellors to be deployed in the delivery of the services must have recognised accreditation from BACP
Tenderers must confirm that all Therapeutic Staff will receive regular caseload supervision from staff with the mandatory qualifications and registration.
III.1.2) Economic and financial standing
Minimum level(s) of standards required:
With reference to SPD questions:
4B. Turnover - supplier must demonstrate an annual turnover for each of the two previous years of greater than two times the annual contract value of contract on offer est. 155,000 GBP, therefore a turnover of 310,000 GBP is required.
Ratios - a Pass in any two of the three ratios as an overall Pass for Economic and Financial standing.
- (Ratio 1) Acid Test – (Current Assets-stock)/Current Liabilities. To pass the Acid Test Ratio question the bidder must have a score of greater than 1.
- (Ratio 2) Return on Capital Employed %– Profit/Capital employed. To pass this question the Council require the bidder to score a positive figure/Percentage.
- (Ratio 3) Current Ratio – Current Assets/Liabilities. To pass this question the Council require the bidder to achieve a score of greater than 1.
WDC will use template WD09 - WDC Financial Vetting Questionnaire v1.0, it is recommended that candidates review their own ratio scores in advance of submitting their tender. In the event that a firm does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee WD04 - Parent Company Guarantee refers. Should after review of the financial evaluation of tenderer fail, then the tender submission may be rejected.
Insurance
Q4B.5.1 –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 listed below:
- Employers Liability Insurance - 10 million GBP each and every claim
Q4B5.2
- Public and Product Liability Insurance - 10 million GBP each and every claim
- Professional Indemnity Insurance - 5 million GBP each and every claim
Documentation requested for the above insurances should include name of insurers, policy numbers, expiry date and limits of any one incident and annual aggregate caps and the excesses under the policies.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
With reference to SPD question 4C.1, bidders will be required to provide 3 examples that demonstrate that they have the relevant experience and capacity of similar project types and confirm they met all the mandatory requirements.
Minimum level(s) of standards required:
Mandatory Requirements - tenderers must confirm that the following mandatory requirements will be met - Y/N to respond.
- All staff are required to be subject to up to date Protection of Vulnerable Groups (PVG) checks at the level appropriate to their roles before any client contact commences.
- All tenderers must confirm that, upon receipt of notification of intention to award the contract from West Dunbartonshire Council, they will comply fully with the foregoing and, if not already in place, obtain PVG Scheme Membership/Disclosure Scotland check for all relevant personnel intended to serve on the West Dunbartonshire Council contract.
- Tenderers must confirm that they have a child protection protocol and systems in place.
- Tenderers must provide a full budget breakdown.
- Tenderers must comply with GDPR in line with the specification and agreement to complete a Data Processing Agreement if successful.
- Tenderers must comply with the Equalities Act 2010.
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:
07/02/2025
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:
07/02/2025
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
The bidder must complete and submit, with their tender response the following additional documents:
WD09 Financial Vetting
WD16 Police Scotland Check
WD18 Declaration Page
The above mentioned documents are provided with the tender documents and can be located within a folder in the general attachment area of the Master ITT.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27926. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27926. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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 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 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:
Tenderers will be required to complete and submit WD19 Social Benefits Questionnaire as part of their tender submission.
(SC Ref:787189)
VI.4) Procedures for review
VI.4.1) Review body
Dumbarton Sheriff Court
Sheriff Curt House, Church Street
Dumbarton
G82 1QQ
UK
VI.5) Date of dispatch of this notice
08/01/2025