United Kingdom-Elgin: Counselling services

Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.

Title United Kingdom-Elgin: Counselling services
OJEU (High Value) 619089-2020
Type Invitation to tender
Date Published 2020-12-21
Deadline 2021-01-27 12:00:00
Nature Of Contract Service contract
Awarding Authority
Procedure Open procedure

Description :
CONTRACT NOTICE


Section I: Contracting authority

I.1) Name and addresses:
Official name: Moray Council
Postal address: High Street
Town: Elgin
Postal code: IV30 1BX
Country: UK
Telephone: +44 1343563137
E-mail: procurement@moray.gov.uk
NUTS code: UKM62
Main address: http://www.moray.gov.uk
Address of the buyer profile (URL): https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00160

Communication
I.3) Procurement documents
(URL):https://www.publictendersscotland.publiccontractsscotland.gov.uk

Additional Information
I.3.4) Additional information can be obtained from:
I.3.6)Tenders or requests to participate must be submitted electronically via:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority: REGIONAL AUTHORITY

Main Activity
I.5.1) Main Activity: EDUCATION

Section II: Object of Contract


Title:
18/0411 Provision of Counselling in Moray Schools

Reference number: 18/0411

II.1.4) Short description
The Council is seeking to appoint an external service provider that is experienced and appropriately qualified to implement and deliver a counselling service for children and young people aged 10 years and over (up to and including young people aged 18 years) that is embedded within a whole system approach to supporting mental health and wellbeing, including whole school and early intervention approaches.

II.01) Estimated value excluding VAT:
GBP 810000

Information about lots
II.1.6) This contract is divided into lots: no

Description: Item/Lot 1
NUTS code: UKM62
II.1.4) Short description
The Council is seeking to appoint an external service provider that is experienced and appropriately qualified to implement and deliver a counselling service for children and young people aged 10 years and over (up to and including young people aged 18 years) that is embedded within a whole system approach to supporting mental health and wellbeing, including whole school and early intervention approaches.

The counselling service will be a universally accessible service and should be available to secondary school pupils (primarily), and pupils aged 10 and over in our primary schools. The service should complement the range of whole-school and targeted approaches already available in schools to help support the mental, emotional, social and physical wellbeing of children and young people.

II.2.5) Award criteria:

II.02.07) Duration in months 36
II.2.7.5) This contract is subject to renewal: no
II.2.10) Variants will be accepted: no

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.1.1) List and brief description of conditions
Where it is required within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.

Bidders must confirm if they hold the particular authorisation or memberships:

British Association for Counselling and Psychotherapy (BACP), Counselling and Psychotherapy in Scotland (COSCA) or equivalent accredited counsellors to provide the service.

III.1.2.3) List and brief description of selection criteria
4B.5.1 — The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:

4B.6 — Concerning any other economic or financial requirements, that may have been specified in the relevant contract notice, the bidder declares that:

III.1.2.4) Minimum level(s) of standards possibly required
Minimum level(s) of standards required:

4B.5.1 — Employer's (compulsory) liability: GBP 5 million

Public liability: GBP 5 million

Product liability: GBP 5 million.

4B.6 — The bidder is required to confirm that (to the best of their knowledge) there are no material post balance sheet events or other business issues arising since the date of the last audited financial statements that materially impact the economic and financial standing of the economic operator.

Where the operator is not able to make such a conformation, full details of the relevant events shall be provided along with an explanation of the expected impact on the bidders economic and financial standing.

The bidder is required to provide a copy of the last two audited financial statements as evidence of their compliance to meet their statutory obligations.

III.1.3.2) List and brief description of selection criteria
4C.1 — Please provide relevant examples of works carried out in the past 3 years.

III.1.3.3) Minimum level(s) of standards possibly required
4C.1 — Bidders will be required to provide three examples that demonstrate that they have the relevant experience of implementing a similar service model carried out in the past 3 years.

III.2.2) Contract performance conditions
1) The bidder must hold a 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

2) The bidder must have the following:

(a) a regularly reviewed documented policy regarding environmental management, authorised by the chief executive, or equivalent. This policy must include and describe the bidder’s environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control).


Section IV: Procedure

IV.1.1) Type of procedure: Open

Notice number in the OJ S 2020/S 182-440791
IV.2.1) Time limit for receipt of tenders or requests to participate
IV.2.2) Date 2021-01-27
IV.2.2) Local time 12:00


IV.2.6) Duration in months (from the date stated for receipt of tender): 3
IV.2.7) Conditions for opening of tenders
IV.2.7) Date 2021-01-27
IV.2.7) Local time 12:00
IV.02.07) Place
Moray.


Section V: Complementary information



2024.

VI.2.1) Electonic ordering will be used
VI.2.2) Electronic invoicing will be accepted
VI.2.3) Electronic payment will be used

Additional Information:

Please note: questions will not be answered within the following period 23 December 2020-5 January 2021 due to festive period.

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

2) The bidder must have the following:

(a) A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their chief executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.

(b) Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder’s quality management is effective in reducing/preventing incidents of substandard delivery, this must include the quality of output and general performance.

Health and safety procedures

3) 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

4)(a) The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the chief executive officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities of health and safety management and compliance with legislation.

The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 17553. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:639183)


Review body:
Official name: Elgin Sheriff Court
Postal address: Sheiff Courthouse, High Street
Town: Elgin
Postal code: IV30 1BU
Country: UK
Telephone: +44 343542505
E-mail: elgin@scotcourts.gov.uk
URL: http://www.moray.gov.uk

Section VI

Date of dispatch of this notice : 2020-12-16

CPV Codes
85312320; Counselling services;

Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions.