Opportunity

Embedded Mental Health and Wellbeing Support in Schools

  • Glasgow City Council
  • East Renfrewshire Council

F02: Contract notice

Notice reference: 2024/S 000-004098

Published 7 February 2024, 3:35pm



Section one: Contracting authority

one.1) Name and addresses

Glasgow City Council

40 John St, City Chambers

Glasgow

G2 1DU

Contact

David Hart

Email

david.hart@glasgow.gov.uk

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.glasgow.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196

one.1) Name and addresses

East Renfrewshire Council

Eastwood HQ, Eastwood Park,

Giffnock

G46 6UG

Email

ercprocurement@eastrenfrewshire.gov.uk

Telephone

+44 1415773669

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.eastrenfrewshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00183

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Embedded Mental Health and Wellbeing Support in Schools

Reference number

GCC005853CPU

two.1.2) Main CPV code

  • 85312300 - Guidance and counselling services

two.1.3) Type of contract

Services

two.1.4) Short description

Glasgow City Council invites tender bids to be part of a flexible framework agreement to provide embedded mental health and wellbeing support services to schools across Glasgow and East Renfrewshire.

For clarity, the scope of services to be provided under this Flexible Framework Agreement fall within the definition of a “social and other specific” service under the Public Contracts (Scotland) Regulations 2015. Notwithstanding the term framework agreement this procurement is utilising the flexibility provided for within Section 7 of the Regulations in particular Regulation 76. This ITT details the procedure being utilised by the Council for this procurement.

two.1.5) Estimated total value

Value excluding VAT: £20,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85312310 - Guidance services
  • 85312300 - Guidance and counselling services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow and East Renfrewshire

two.2.4) Description of the procurement

Glasgow City Council Education Services have a requirement to provide high quality mental health and wellbeing supports for all learners across the city. We work with a wide range of organisations and suppliers to provide a range of services that are delivered in our schools and communities. The aims and principles of this offer are: -

To provide, in partnership with local and national government;-

- access to mental health and wellbeing support through schools, enabling locally provided support for children and young people towards promoting mental health and wellbeing;

- high quality and effective evidence-based interventions and training as part of a range of supports available locally to children and young people;

- staff who are suitably qualified and experienced in working with children and young people and working to an agreed standard across the city;

- access to mental health / wellbeing workers through primary, secondary, and additional supported learning (ASL) schools, ensuring consistently high-quality services locally, for pupils aged 5 and over.

Glasgow City Council Education Services are looking for a range of services that specifically offer support that are provided either within the school or the local community that the school is based in. We are referring to the term “embedded support” as this reflects the requirement for workers to be linked to the school so that they are part of the learning community. This would cover staff who are based in the school for part of the week, who deliver support in the school outside normal school hours or during school holidays or staff who work with children and young people in the wider community but are linked specifically to the school e.g. sport, outdoor activities, outdoor learning.

The service(s) should deliver interventions including:

- Family Support linked to schools, working with parents / carers to help support their children. Linked to this there may be Professional Learning and Development Training delivered through schools, linked to Mental Health, promoting resilience and wellbeing for staff working with children and young people

- Advice, Support and Therapeutic Services to Children and Young People (Evidenced based interventions but not including One to One Counselling). Linked to this there may be Professional Learning and Development Training delivered through schools, linked to Mental Health, promoting resilience and wellbeing for staff working with children and young people

- Creative Engagement with children and young people. Linked to this there may be Professional Learning and Development Training delivered through schools, linked to Mental Health, promoting resilience and wellbeing for staff working with children and young people

- Sport / Physical Activity / Outdoor Education

- Mentoring / Youth Work for young people including External Tutors / Additional Support. Linked to this there may be Professional Learning and Development Training delivered through schools, linked to Mental Health, promoting resilience and wellbeing for staff working with children and young people

- Group Work for children and young people focussing on promoting positive mental health, resilience, and wellbeing

Organisations are invited to bid for one or more of these services either within localities or across the city. Successful bidders would be included in a contract framework that would allow schools to purchase services for extended periods of time based on the funding they have available. There are significant advantages for all parties in having an extended contract agreement.

This framework only covers services that involve staff working in schools with children, young people, parents/carers, or education staff. This does include online resources, Apps or digital platforms.

Please refer to the Invitation to Tender document for further information.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 18%

Quality criterion - Name: Outcomes / Weighting: 17%

Quality criterion - Name: Partnership Activity / Weighting: 6%

Quality criterion - Name: Infrastructure / Weighting: 15%

Quality criterion - Name: Contract Implementation / Weighting: 7%

Quality criterion - Name: Monitoring and Evaluation / Weighting: 15%

Quality criterion - Name: Accessibility and Equality / Weighting: 3%

Quality criterion - Name: Business Continuity / Weighting: 4%

Quality criterion - Name: Sustainability / Weighting: 5%

Quality criterion - Name: Fair Work First / Weighting: 5%

Quality criterion - Name: Handling Data / Weighting: Information Only

Price - Weighting: 5%

two.2.6) Estimated value

Value excluding VAT: £20,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Potential to extend for a period(s) up to a maximum of 4 years in total

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

Glasgow City Council’s Insurance Requirements are:

Minimum level(s) of standards possibly required

- The organisation/consultant shall take out and maintain throughout the period of their services Employer’s Liability insurance to the value of at least TEN MILLION POUNDS STERLING (10,000,000 GBP) in respect of any one event and unlimited in the period.

- The organisation/consultant shall take out and maintain throughout the period of their services Public Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000 GBP) in respect of any one event and unlimited in the period.

- The organisation/consultant shall take out and maintain throughout the period of their services Abuse cover to the value of at least FIVE MILLION POUNDS STERLING (5,000,000 GBP) in respect of any one claim, without limit to the number of claims OR; Abuse cover to the value of at least TEN MILLION POUNDS STERLING (10,000,000 GBP) in respect of any one claim, and in the aggregate. The policy must be arranged on a ‘claims occurring’ basis. Please note cover arranged on a claims made basis will not be accepted by Glasgow City Council

- Bidder shall take out and maintain throughout the period of their services and for a further 3 years on completion of their service, Professional Indemnity insurance to the value of at least ONE MILLION POUNDS STERLING (1,000,000 GBP) in respect of each claim and in the aggregate.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please refer to the Invitation to Tender document.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 999

In the case of framework agreements, provide justification for any duration exceeding 4 years:

The council, and providers awarded to the framework, will benefit from a longer term agreement as it will allow providers to plan ahead. This should help providers to retain staff and ensure that the children and young people continue to receive the best quality services available without delay or disruption which can often occur through regular tender renewals / supplier changes.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

22 March 2024

Local time

12:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 22 July 2024

four.2.7) Conditions for opening of tenders

Date

22 March 2024

Local time

12:00pm

Place

Glasgow City Chambers


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: January 2031

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Bidders must hold certificates for Quality Assurance and Environmental Management Standards or comply with all questions noted in SPD Section 4D. Bidders must note the implications FOI legislation and ensure that any info they wish the council to consider withholding is indicated. (NB the council does not bind itself to withhold this info). Tenderers Amendments - Bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer within the Tenderers Amendment statement on PCS-T. Prompt Payment - The successful tenderer shall, as a condition of being awarded, be required to demonstrate to the council's satisfaction that all funds due permitted sub-contractors are paid timeously and as a minimum, invoices rendered by subcontractors shall be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its sub-contractors in respect of payments due to any sub-sub-contractors. Bidders will be required to complete the prompt payment statement and Non-collusion statement within PCS-T. All successful bidders will be required to sign an Insurance Mandate - see attachment within PCS-T. If is not signed and returned the council reserves the right to request copies of certificates at any point during the framework period. The framework agreement is located within the buyers attachment area of PCS-T.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25904. 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:

Community benefit outcomes for this contract will be based on spend thresholds. There are five spend thresholds within the Community Benefits menu ranging from 50,000 GBP to 5,000,000 GBP. Spend will be monitored on an annual basis and successful suppliers will be required to deliver the outcomes offered under the appropriate threshold(s). Further detail is available with the Invitation to Tender document.

(SC Ref:755228)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

PO Box 23, 1 Carlton Place

Glasgow

G5 9DA

Email

glasgow@scotcourts.gov.uk

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court

six.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 despatch 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 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.