Tender for School Age Counselling Service
This will be a counselling service delivered predominantly in schools, but also where necessary in homes and community settings.
United Kingdom-Greenock: Counselling services
2020/S 064-154355
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Corporate Procurement, Municipal Buildings, Clyde Square
Town: Greenock
NUTS code: UKM83
Postal code: PA15 1LX
Country: United Kingdom
E-mail: kirsty.munro@inverclyde.gov.uk
Telephone: +44 1475712364
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00168
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Service for the Provision of a School Age Counselling Service
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Inverclyde council on behalf of Inverclyde Health and Social Care Partnership (HSCP) and in conjunction with Inverclyde Council’s Education Service seeking a provider to deliver a new service for the provision of an early help service to promote and improve the mental health, emotional resilience and well-being of children and young people who are negatively affected or are at risk of being affected by poor mental health. This will be a counselling service delivered predominantly in schools, but also where necessary in homes and community settings, to support children and young people aged 5 to 18 years.
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Inverclyde council on behalf of Inverclyde Health and Social Care Partnership (HSCP) and in conjunction with Inverclyde Council’s Education Service seeking a provider to deliver a new service for the provision of an early help service to promote and improve the mental health, emotional resilience and well-being of children and young people who are negatively affected or are at risk of being affected by poor mental health. This will be a counselling service delivered predominantly in schools, but also where necessary in homes and community settings, to support children and young people aged 5 to 18 years.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend for a 1 year period from 1st August 2023 until 31 July 2024.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
Inverclyde Council will check the financial status of applicants by means of a Dun and Bradstreet assessment. In order to be considered, applicants must achieve one of the following:
(a) Where the tenderers Dun & Bradstreet risk indicator is three or less, the annual contract value should also be less than 50 % of the tenderers average turnover over the preceding 2 years.
OR
(b) Where the tenderers Dun & Bradstreet risk indicator is 2 or less, the annual contract value should also be less than 75 % of the tenderers average turnover over the preceding 2 years.
Please note the important guidance to bidders below:
Applicants are strongly advised to satisfy themselves that they meet these criteria as failure of the financial check will mean that their application will not be considered further. Applicants should also satisfy themselves that their dun and brad street ratings are correct and it is the applicant’s responsibility to raise any queries with dun and brad street if they feel a correction is required. The Council will rely on the risk rating it obtains at the time it performs the d&b financial check.
You must provide your average yearly turnover for the last 2 years.
Turnover must be provided from your audited accounts. Turnover from unaudited accounts or part year turnover will not be accepted.
If you are unable to provide the turnover information required due to being exempt from submission of full audited accounts, please provide an explanation on why you are exempt in response to this question.
If you have responded that you are exempt from submitting full audited accounts, please confirm that you will be prepared to submit alternative information and documentation on your financial position should this be required at any point. This information could be required at selection or in the event that the bidder is identified as the preferred bidder.
III.1.3)Technical and professional ability
ESPD 4C.1.2 – Technical & Professional Ability (Services)
ESPD 4C.2 Technical & Professional Ability (Technicians & Technical Bodies)
ESPD 4C.6 – Technical & Professional (Qualifications)
ESPD 4C.1.2 – Technical & Professional Ability (Services)
Bidders will be required to provide two examples that demonstrate that they have the relevant experience to deliver a School Age Counselling Service in the past 3 years. Examples must demonstrate you have experience of delivering a contract of a similar size and nature that can be transferable into this context.
***
ESPD 4C.2 Technical & Professional Ability (Technicians & Technical Bodies)
All staff appointed to the contract will be required to have an up-to-date enhanced disclosure Scotland PVG carried out at the providers cost before being able to provide these services.
a) Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications. All counselling team staff must be appropriately trained and qualified and accredited / registered by their professional/therapeutic bodies. For example, counselling staff delivering services are accredited with COSCA (Counselling and Psychotherapy in Scotland) or BACP (British
Association for Counselling and Psychotherapy).
b) The service provider should conform to agreed professional standards, such as those provided by COSCA and BACP, NMC and current best practice for school-based counselling, specifically in respect of counsellor’s qualifications, supervision policy, child protection policies and continuous professional development and learning.
References may be sought as part of the procurement process.
***
ESPD 4C.6 – technical & professional (qualifications)
All counselling team staff must be appropriately trained and qualified and accredited by their professional/therapeutic bodies.
70 % of the counselling team must be counselling staff delivering services and be accredited with COSCA (Counselling and Psychotherapy in Scotland) or BACP (British Association for Counselling and Psychotherapy). The remaining 30 % of the counselling team workforce require a Professional
Qualification and Registration with a Professional Body and desired experience ie Registered Mental health nurse Registered with NMC and skilled with appropriate interventions, or PMHCW, or recognised professional qualification such as Masters in Psychological therapies for children and Young people ie Child and Adolescent Therapist position. The clinical lead must have the supervision element of the qualification/capacity and experience to fulfil this requirement for the staff employed above(ie NES supervision training).
***
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
***
Insurance (ESPD 4B):
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 as indicated below:
Employer’s (Compulsory) Liability Insurance = GBP 5 million
Public Liability = GBP 10 million including an indemnity against abuse claims with no inner limit.
***
ESPD 4C Subcontractors
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
***
ESPD 4D Quality Management Procedures
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 hold the information contained in the buyer attachment area in PCS-T (file name ‘Contract Notice Additional Information’).
***
Health & Safety
The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum OR hold the information contained in the buyer attachment area in PCS-T (file name ‘Contract Notice Additional Information’) ESPD Health & Safety.
***
The bidder must hold UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate OR hold the information contained in the buyer attachment area in PCS-T (file name ‘Contract Notice Additional Information’).
***
Technical Envelope 2.4 Part A: Child Protection Policy
The bidder must have a documented Child Protection Policy that fully meets the Protection of The Children (Scotland) Act 1995, the Children’s Hearings (Scotland) Act 2011 and Children and Young People (S) Act 2014 and the guidance in Protecting Children and Young People: The Charter (Scottish Executive, 2004).
***
Technical Envelope 2.5 Part A: Complaints Procedure
The bidder must comply with Inverclyde Council`s Complaints Handling Procedure.
***
Technical Envelope 2.6 Part A: Data Protection, Data Retention and Secure Destruction
The bidder must demonstrate appropriate compliance with the Data Protection Laws for Data Protection, Data Retention and Secure Destruction by providing a copy of their Policy/Policies.
***
It will also be a condition of contract that Tenderers comply with Inverclyde Council`s General Conditions of Contract, Special Conditions of Contract, Specification & Appendices, Contract Information for Tenderers and enter into a Data Sharing Agreement with Inverclyde Council.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 15215. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Bidders should set out the community benefits they will bring to the Inverclyde area in the event of a successful tender. This may include but not limited to; contributions to education (e.g. promoting mental health as a career path, vocational places, training places within your organisation or coaching/mentoring for staff and school children), supply chain initiatives for local SME’s; environmental initiatives; resources for community initiatives and targeted recruitment and training.
(SC Ref:611708)
VI.4.1)Review body
Postal address: Sheriff Court House, 1 Nelson Street
Town: Greenock
Postal code: PA15 1TR
Country: United Kingdom
VI.5)Date of dispatch of this notice: