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

The Provision of Community Based Mental Health Services incorporating Distress Brief Interventions Services Level 2

  • First published: 05 November 2023
  • Last modified: 05 November 2023

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-040b21
Published by:
Renfrewshire Council
Authority ID:
AA21061
Publication date:
05 November 2023
Deadline date:
04 December 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Tender Procedure shall be conducted in accordance with an Open Procedure relating to a Service contract under Social and Other Specific Services of the Public Contracts (Scotland) Regulations 2015.

Full notice text

Social and other specific services – public contracts

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Renfrewshire Council

Renfrewshire House, Cotton Street

Paisley

PA1 1JB

UK

Contact person: Sarah Ford

E-mail: sarah.ford@renfrewshire.gov.uk

NUTS: UKM83

Internet address(es)

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

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400

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

The Provision of Community Based Mental Health Services incorporating Distress Brief Interventions Services Level 2

Reference number: RC-CPU-23-193

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

To meet the strategic and operational aims of national and local mental health strategies Renfrewshire Council on behalf of the Renfrewshire Health and Social Care Partnership are tendering for a provider to deliver the provision of Community Based Mental Health Services incorporating Distress Brief Interventions Services Level 2 (the Service).

II.1.5) Estimated total value

Value excluding VAT: 1 556 000.00  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

85300000

II.2.3) Place of performance

NUTS code:

UKM83

II.2.4) Description of the procurement

The Tender Procedure shall be conducted in accordance with an Open Procedure relating to a Service contract under Social and Other Specific Services of the Public Contracts (Scotland) Regulations 2015.

II.2.6) Estimated value

Value excluding VAT: 1 556 000.00  GBP

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

Duration in months: 48

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

As there is a current service provider, TUPE may apply.

The Contract will be for 2 years with the option to extend for a further 2 periods of up to 12 months.

Further information is provided in the Tender Documents including the Service Specification for this Contract.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.4) Objective rules and criteria for participation

The successful Tenderer must hold, or commit to obtain prior to the commencement of and duration of the Contract of any subsequently awarded contract, the types and levels of insurance indicated below:

Employer’s liability insurance cover to a minimum indemnity limit of at least 10,000,000GBP each and every claim;

Public Liability Insurance shall not be less than 5,000,000GBP in respect of each and every claim;

Professional Indemnity Insurance shall not be less than 1,000,000GBP in the aggregate;

Where a vehicle is used in the delivery of Service, statutory third party motor vehicle liability insurance cover must be evidenced by way of a valid MV certificate in the COMPANY name, OR where there is no company fleet and employees use their own vehicles instead, a letter signed by a person of appropriate authority confirming that the provider has ongoing arrangements in place to ensure that employees' vehicles are appropriately insured and maintained for business purposes.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

The Contract will be subject to the Council's Contract Monitoring procedures. Please refer to the Tender Documents and Service Specification.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.11) Main features of the award procedure:

The award criteria will be based on 100% Quality and Pass/Fail Price. The maximum annual budget is stated in the Contract Notice and Invitation to Tender. Full details of the Evaluation Procedure is outlined in the Invitation to Tender.

This approach is in accordance with Regulation 67.5 of the Public Contracts (Scotland) Regulations 2015:-

(5) The cost element may also take the form of a fixed price or cost on the basis of which economic operators will compete on quality criteria only.

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-030002

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

Date: 04/12/2023

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

Full details of the exclusion and assessment criteria are detailed within the SPD and Invitation to Tender.

Tenderers are required to:

Complete the SPD;

Complete a SPD by any proposed sub-contractors;

Provide 2 examples of previous service provision as detailed in the SPD;

Tenderers must provide its ("general") yearly turnover for the last 2 financial years.

The Council will use Dun & Bradstreet (D&B) to assist in its determination of the organisation’s financial status and risk. The Council would expect Tenderers to have a minimum D&B Failure Score of 20%, however failure to meet this Failure Score would not necessarily merit a ‘FAIL’ as the D&B Failure Score is only one factor used by the Council in assessing the acceptability or otherwise of a Tenderer’s financial status.

Comply with the Service Specification;

Comply with the General Conditions of Contract Health and Social Care and Special Conditions of Contract.

The contract may be modified in accordance with Regulation 72 of the Public Contracts (Scotland) Regulations 2015.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25515. 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:

The Council is committed to maximising Community Benefits from its procurement activities in order to build economic, social or environmental conditions into the delivery of Council contracts.

The Council’s expectation is that 50 Community Benefit Points (CBP) or more will be delivered under this Contract.

(SC Ref:748135)

VI.4) Procedures for review

VI.4.1) Review body

Court of Session

See VI.4.3 below

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

An economic operator that suffers or risks suffering, loss or damage attributable to breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446, as amended) may bring proceedings in the Sheriff Court or the Court of Session in accordance with Regulation 88 of the 2015 Regulations.

VI.4.4) Service from which information about the review procedure may be obtained

Court of Session

Parliament Square

Edinburgh

EH1 1RQ

UK

VI.5) Date of dispatch of this notice

03/11/2023

Coding

Commodity categories

ID Title Parent category
85000000 Health and social work services Other Services
85300000 Social work and related services Health and social work 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:
sarah.ford@renfrewshire.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.