Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Glasgow City Council
40 John St, City Chambers
Glasgow
G2 1DU
UK
Contact person: Lindsay McGibbon
Telephone: +44 1412876964
E-mail: lindsay.mcgibbon@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
West Dunbartonshire Council
16 Church Street
Dumbarton
G82 1QL
UK
Telephone: +44 1389737000
E-mail: Corporate.Procurement@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 involves joint procurement
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
Child Counselling in Education Establishments
Reference number: GCC006200CPU
II.1.2) Main CPV code
85312320
II.1.3) Type of contract
Services
II.1.4) Short description
Glasgow City Council invited tender bids to be part of a framework from suppliers with experience in delivering Counselling Services and other evidence based interventions to pupils aged 5-18 years within all mainstream primary and secondary schools across Glasgow and in secondary schools in West Dunbartonshire.
The provider(s) must:
- Improve children and young people’s mental health and be outcome focussed;
- Provide easy access to the service evidenced by referral numbers, accepted numbers and waiting times for intervention;
- Ensure children and young people receive the support they need in a structured way, working through a programme of care including outcome measures, goal-based outcomes and children’s plans,
- Ensure children and young people are receiving the right help at the right time,
- Foster strong relationship-based Interventions and care plans for children and young people,
- Ensure children and young people and carers are well informed of available supports and services and can access the supports with marketing information regarding the service being provided in appropriate formats and media via school setting.
The provider(s) must be able to provide the following management information during the contract:
- A set of case studies and quotes report based on qualitative data from actual referrals,
- A termly update report which provides a top line overview of programme activities and outcomes,
- End of year evaluation report, assessing the counselling outcomes and wider impact.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
8 000 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Secondary Schools - Counselling Services
II.2.2) Additional CPV code(s)
85312320
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
Glasgow, UK
II.2.4) Description of the procurement
Access to Counselling services for pupils within 30 mainstream secondary schools in Glasgow and in secondary schools in West Dunbartonshire in line with the information detailed in section II.1.4
II.2.5) Award criteria
Quality criterion: Service Delivery
/ Weighting: 15%
Quality criterion: Outcomes
/ Weighting: 15%
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: Fair Work First
/ Weighting: 5%
Price
/ Weighting:
15
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
Lot No: 2
II.2.1) Title
One to One Counselling - Primary Schools
II.2.2) Additional CPV code(s)
85312320
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
Glasgow, UK
II.2.4) Description of the procurement
Access to Counselling service (one to one) for Primary 1-7 pupils across the 141 Primary schools within Glasgow in line with the information detailed in section II.1.4
II.2.5) Award criteria
Quality criterion: Service Delivery
/ Weighting: 15%
Quality criterion: Outcomes
/ Weighting: 15%
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: Fair Work First
/ Weighting: 5%
Price
/ Weighting:
15
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
Lot No: 3
II.2.1) Title
Play Therapy - Primary Schools
II.2.2) Additional CPV code(s)
85312320
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
Glasgow, UK
II.2.4) Description of the procurement
Access to Play therapy for Primary 1-7 pupils across the 141 mainstream primary schools in Glasgow in line with the information detailed in in section II.1.4.
II.2.5) Award criteria
Quality criterion: Service Delivery
/ Weighting: 15%
Quality criterion: Outcomes
/ Weighting: 15%
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: Fair Work First
/ Weighting: 5%
Price
/ Weighting:
15
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
Lot No: 4
II.2.1) Title
Art Therapy - Primary Schools
II.2.2) Additional CPV code(s)
85312320
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
Glasgow, UK
II.2.4) Description of the procurement
Access to Art Therapy for Primary 1-7 pupils across the 141 mainstream primary schools in Glasgow in line with the information detailed in section II.1.4
II.2.5) Award criteria
Quality criterion: Service Delivery
/ Weighting: 15%
Quality criterion: Outcomes
/ Weighting: 15%
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: Fair Work First
/ Weighting: 5%
Price
/ Weighting:
15
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 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
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-032783
Section V: Award of contract
Lot No: 1
Title: Secondary Schools - Counselling Services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
18/02/2025
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Lifelink
Suite 4, Melisa House, 3 Brand Place
Glasgow
G51 1DR
UK
Telephone: +44 1415524434
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 3 220 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Title: One to One Counselling - Primary Schools
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
18/02/2025
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Lifelink
Suite 4, Melisa House, 3 Brand Place
Glasgow
G51 1DR
UK
Telephone: +44 1415524434
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 1.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Title: Play Therapy - Primary Schools
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
18/02/2025
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
With Kids
15 Annfield Place, Dennistoun
Glasgow
G31 2XE
UK
Telephone: +44 1415505770
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 1.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 4
Title: Art Therapy - Primary Schools
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
18/02/2025
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Impact Arts (Projects) Ltd
105 Brunswick Street
Glasgow
G1 1TF
UK
Telephone: +44 7976624884
NUTS: UKM82
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 1.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
(SC Ref:792460)
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
Telephone: +44 1414298888
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 dispatch 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 system 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
07/03/2025