Social and other specific services – public contracts
Contract notice
Section I: Contracting
authority
I.1) Name and addresses
North Ayrshire Council
Cunninghame House, Friars Croft
Irvine
KA12 8EE
UK
E-mail: AndrewKerr@north-ayrshire.gov.uk
NUTS: UKM93
Internet address(es)
Main address: http://www.north-ayrshire.gov.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337
I.1) Name and addresses
East Ayrshire Council
Corporate Procurement Team, London Road HQ
Kilmarnock
KA3 7BU
UK
Telephone: +44 1563576000
E-mail: procurement@east-ayrshire.gov.uk
NUTS: UKM93
Internet address(es)
Main address: http://www.east-ayrshire.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00223
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
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
NAC-5141 - Provision of a Counselling Service for Survivors of Childhood Sexual Abuse to North and East Ayrshire Council
Reference number: NAC-5141
II.1.2) Main CPV code
85312320
II.1.3) Type of contract
Services
II.1.4) Short description
North Ayrshire Council, on behalf of North and East Ayrshire Councils, seeks to appoint a service provider to provide counselling services for individuals from 18 years of age who are survivors of sexual abuse. The service is jointly funded and delivered as a collaboration between North and East Ayrshire Health and Social Care Partnerships. North Ayrshire Council is the lead commissioner and is responsible for procuring the service on behalf of both contracting authorities.
The contract will start on 01/04/2024 to 31/03/2027 with an option to extend for 24 months.
The contract will be let under North Ayrshire Council’s Terms and Conditions of Contract for Health and Social Care Services
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:
UKM93
II.2.4) Description of the procurement
The tender will appoint a single provider to provide professional counselling services to survivors of childhood sexual abuse across North Ayrshire and East Ayrshire. The service will be delivered by appropriately qualified counsellors who comply with the British Association for Counselling and Psychotherapy (BACP) Ethical Framework for Good Practice in Counselling and Psychotherapy or equivalent. The service will support users from age 18 upwards, including adults
II.2.6) Estimated value
Value excluding VAT:
677 206.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2024
End:
31/03/2027
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.1.4) Objective rules and criteria for participation
Bidders may be excluded if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. Bidders must have a minimum yearly “specific” turnover of GBP 230,760 for the last 3 years in the business area covered by the contract. NAC reserve the right to review the bidder's financial information using company watch at tender stage and throughout the contract. If the bidder’s financial health score is 25 or less, further information will be requested to ensure the equivalent economic and financial standing is adhered too. If this is not satisfactory, the bidder will be excluded from the process. Bidders who can't meet the required level of turnover will be excluded from the process. Where turnover information is not available, the bidder must state the date which they were set up or started trading.
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
Bidders must be registered with the Care Inspectorate or equivalent.
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract,
the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 5,000,000 GBP in respect of any one event
http://www.hse.gov.uk/pubns/hse40.pdf
Public Liability Insurance 10,000,000 GBP in respect of any one event
Professional Indemnity Insurance 2,000,000 GBP in the aggregate
Third-Party Motor Vehicle Insurance
A valid motor vehicle certificate must be held in the company name or (where there is no fleet but rather the company permits its
employees to use their personal vehicles for business purposes), a letter signed by a person of appropriate authority - confirming that the
company has ongoing arrangements in place to ensure their employees' vehicles are appropriately insured and maintained.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.10) Identification of the national rules applicable to the procedure:
Information about national procedures is available at: (URL)
http://www.gov.scot/Topics/Government/Procurement
IV.1.11) Main features of the award procedure:
This procurement is based on the most economically advantageous tender ("MEAT") on the basis of best price and quality ratio, where price is 20% and quality is 80%. Please see PCS-Tender for further information.
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
24/07/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
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 are required to provide 2 examples of services carried out in the past 3 years that demonstrates they have the relevant experience to
deliver the services described in the Contract Notice. The services must be of a similar value, size and scope. Unsatisfactory experience
will result in exclusion from the tender process.
Bidders must also provide 2 satisfactory references for the same 2 contracts on the reference templates provided. References should be
completed and signed by previous customers for contracts of a similar value, size and scope. If any of the referees score the bidder less than
2 the bidder will be excluded from the tender process.
Completed experience and reference templates must be zipped and uploaded at question 4C.1 of the qualification envelope.
Bidders who intend to use a supply chain to deliver the requirements detailed in the Contract Notice, must confirm they have (or have
access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include
confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide
evidence when requested of:
a) their standard payment terms.
b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.
Bidders unable to confirm (b) must provide an improvement plan, signed by their Director, which improves payment performance.
Bidders are required to confirm the *supplier itself/supplier's staff* have the following relevant educational and professional qualifications:
Clinical staff should be professionally qualified Psychotherapists and be active members of one of the registered professional authorities i.e
- British Associations for Counselling & Psychotherapy (BACP)
All counsellors must be qualified to at least diploma level and have a minimum of 2 years post-qualifying experience of working as a
counsellor.
Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) - Subcontractors Supplier
Response is completed and uploaded at question 2C.1.
Lots are not being used for this tender for the reason stated below:
Nature of the contract not suitable for lots
Requires additional contract management resource which is not available
Quality Management Procedures
1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN
ISO 9001 (or equivalent) or a documented policy regarding quality management, see attachment at SPD question 4D.1.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24385. 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 benefits will be required on a voluntary basis.
(SC Ref:736073)
VI.4) Procedures for review
VI.4.1) Review body
Kilmarnock Sheriff Court
Sheriff Court House, St Marnock Street
Kilmarnock
KA1 1ED
UK
Telephone: +44 1563550024
Internet address(es)
URL: https://www.scotcourts.gov.uk/
VI.5) Date of dispatch of this notice
23/06/2023