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

Aberdeen City Community Mental Health Interventions Service

  • First published: 23 March 2024
  • Last modified: 23 March 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-044b8e
Published by:
Aberdeen City Council
Authority ID:
AA20199
Publication date:
23 March 2024
Deadline date:
03 May 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Aberdeen City Council requires a Community Mental Health Interventions Service which will work to improve the mental health and wellbeing of the citizens of Aberdeen by promoting early intervention and building the resilience of individuals and communities in addition to providing timely response to distress or crisis.

Full notice text

Social and other specific services – public contracts

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Aberdeen City Council

Woodhill House, Westburn Road

Aberdeen

AB16 5GB

UK

Contact person: Catherine King

Telephone: +44 1467539600

E-mail: catking@aberdeencity.gov.uk

NUTS: UKM50

Internet address(es)

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

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00231

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.publictendersscotland.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

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

Aberdeen City Community Mental Health Interventions Service

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Aberdeen City Council requires a Community Mental Health Interventions Service which will work to improve the mental health and wellbeing of the citizens of Aberdeen by promoting early intervention and building the resilience of individuals and communities in addition to providing timely response to distress or crisis.

II.1.5) Estimated total value

Value excluding VAT: 4 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKM50


Main site or place of performance:

Aberdeen City

II.2.4) Description of the procurement

Aberdeen City Council requires a Community Mental Health Interventions Service which will work to improve the mental health and wellbeing of the citizens of Aberdeen by promoting early intervention and building the resilience of individuals and communities in addition to providing timely response to distress or crisis.

A collaborative commissioning process has been undertaken with stakeholders to establish the core principles and actions required within this service. The four identified core principles are:

Core Principles

1. Single Point of Access

2. Timely Response to Distress or Crisis

3. Interventions

4. Community Resilience

II.2.6) Estimated value

Value excluding VAT: 4 000 000.00  GBP

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

Start: 01/09/2024

End: 31/08/2029

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

The estimated contract value and length is based on 3 years plus an optional 2 year extension

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.4) Objective rules and criteria for participation

Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described. A minimum of two examples will be 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:

Employer’s Liability Insurance = 10m

Public Liability Insurance = 5m

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 03/05/2024

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.3) Additional information

1.The Council shall obtain a Creditsafe credit check and will score bidders accordingly:

71 - 100 Very Low Risk – Accept

51 - 70 Low Risk - Accept

30 - 50 Moderate Risk – subject to further discussion internally with the option to reject.

21-29 High Risk – subject to further discussion internally with the option to reject.

1-20 Very High Risk – Reject.

If no credit check can be undertaken the following will apply:

2. Please state current turnover (if contract value is over 50% of reported turnover, further discussion will be had internally with the option to reject).

3. If you are under no obligation to publish accounts on Companies House and/or do not have a comprehensive credit rating then provide audited financial accounts for the previous two years. Both quick and current ratios should be a minimum of 1:1.5 for the two successive years. Bidders whose ratios do not meet the minimum criteria will be rejected. Bidders who can provide audited accounts but chose not to do so shall be rejected.

4. Bidders who have been trading for less than one year and cannot provide audited accounts must submit the cash flow for the current year and a letter from the bank outlining the current cash and credit position for the current year and subsequent year. This will be subject to internal discussion with the option to reject.

5. If bidder still 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 submission is supported by a parent company guarantee.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26402. 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:

Fair Work First (FWF)

The Scottish Public Sector is committed to the delivery of high quality public services, and recognises that this is critically dependent on a workforce which is well-rewarded, well-motivated, well-led, has access to appropriate opportunities for training and development, is diverse and inclusive, and can influence decision making. These factors are also important for workforce recruitment and retention, and thus continuity of service delivery.

Innovation/Case Studies

A case study could include an example of best practice or significant achievement on the project; an example of how innovation has been demonstrated or examples of positive outcomes resulting from the delivery of community benefits. Case studies can touch upon any areas of additional enhancement to project delivery, final product to the Council and/or end user. Case studies can include testimonials from placement participants (including under-represented groups such as disabled persons or care leavers”), address fair work practices, 3rd sector/community assistance or collaboration or general innovation. Can be regarded as an extended press release (available for the Council to use in further communications). The submission and frequency will follow the Contract Management Framework reporting agreement.

Carbon Reduction

Scotland's Climate Change Declaration and Aberdeen City Council’s ambitions to become a climate positive city and move towards a just transition to a net-zero, green, wellbeing economy represent key local and national priorities.

(SC Ref:761502)

VI.4) Procedures for review

VI.4.1) Review body

Aberdeen Sheriff Court

Aberdeen

UK

VI.5) Date of dispatch of this notice

22/03/2024

Coding

Commodity categories

ID Title Parent category
85000000 Health and social work services Other Services

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:
catking@aberdeencity.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.