Tender

School-Based Counselling Service

  • Renfrewshire Council

F02: Contract notice

Notice identifier: 2021/S 000-004347

Procurement identifier (OCID): ocds-h6vhtk-029855

Published 4 March 2021, 1:48pm



Section one: Contracting authority

one.1) Name and addresses

Renfrewshire Council

Renfrewshire House, Cotton Street

Paisley

PA1 1JB

Contact

Megan Boyle

Email

megan.boyle@renfrewshire.gov.uk

Telephone

+44 3003000300

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.renfrewshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

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

School-Based Counselling Service

Reference number

RC-CPU-20-364

two.1.2) Main CPV code

  • 85312320 - Counselling services

two.1.3) Type of contract

Services

two.1.4) Short description

Renfrewshire Council are seeking to appoint a single provider to deliver a School-Based Counselling Service.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85312320 - Counselling services
  • 85312300 - Guidance and counselling services

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

Renfrewshire

two.2.4) Description of the procurement

Renfrewshire Council is seeking to appoint a single provider to deliver Counselling Services within 3 primary schools, a campus (containing 2 primary schools) and 1 secondary establishment for a period of 12 months with the option to extend for an additional 12 months pending funding and at the sole discretion of the Council.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Price - Weighting: 30

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

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

Optional 12 Month extension subject to funding and at the sole discretion of the Council.

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

two.2.14) Additional information

Further information on the specific weightings can be found in the tender documentation.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

All school-based Counsellor managers must be appropriately trained and qualified and accredited by their professional/therapeutic bodies. For example, accredited with COSCA (Counselling and Psychotherapy in Scotland) or BACP (British Association for Counselling and Psychotherapy).

three.1.2) Economic and financial standing

List and brief description of selection criteria

Providers will be required to hold a Dun & Bradsheet (D&B) failure score of 20 or above, where a provider does not hold a failure score two (2) years audited accounts will be required.

It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded

contract, the types of insurance indicated below.

Employers Liability - 5,000,000 FIVE MILLION POUNDS

Public Liability - 5,000,000 FIVE MILLION POUNDS

Professional Indemnity - 1,000,000 ONE MILLION POUNDS (in the aggregate)

Statutory Third Party Motor Vehicle Insurance

Minimum level(s) of standards possibly required

Dun and Bradstreet Failure Score - Minimum 20

Employers Liability - 5,000,000 FIVE MILLION POUNDS

Public Liability - 5,000,000 FIVE MILLION POUNDS

Professional Indemnity - 1,000,000 ONE MILLION POUNDS (in the aggregate)

Statutory Third Party Motor Vehicle Insurance

three.1.3) Technical and professional ability

List and brief description of selection criteria

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 school-based Counsellor managers must be appropriately trained and qualified and accredited by their professional/therapeutic bodies. For example, 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, 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.

Minimum level(s) of standards possibly required

a)Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications. All school-based Counsellor managers must be appropriately trained and qualified and accredited by their professional/therapeutic bodies. For example, 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, 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.

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

All school-based Counsellor managers must be appropriately trained and qualified and accredited by their professional/therapeutic bodies. For example, accredited with COSCA (Counselling and Psychotherapy in Scotland) or BACP (British Association for Counselling and Psychotherapy).

three.2.2) Contract performance conditions

The Contract will be subject to the Council's Contract Management Procedures

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

7 April 2021

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: 3 September 2021

four.2.7) Conditions for opening of tenders

Date

7 April 2021

Local time

12:00pm

Information about authorised persons and opening procedure

The tender will be opened by authorised officers of the Council.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

Comply with the Specification; General Terms and Conditions of Contract; Special Conditions

TUPE may apply

A documented Quality Management standard should be evidenced.

Tenderers must provide Health and Safety Questionnaire, Risk Assessments, Training Matrix, Signed and Dated Health and Safety Policy.

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 school-based Counsellor managers must be appropriately trained and qualified and accredited by their professional/therapeutic bodies. For example, 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, 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.

Providers will be required to hold a Dun & Bradstreet (D&B) failure score of 20 or above, where a provider does not hold a failure score two (2) years audited accounts will be required.

It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded

contract, the types of insurance indicated below.

Employers Liability - 5,000,000 GBP FIVE MILLION POUNDS

Public Liability - 5,000,000 GBP FIVE MILLION POUNDS

Professional Indemnity - 1,000,000 GBP ONE MILLION POUNDS (in the aggregate)

Statutory Third Party Motor Vehicle Insurance

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17960. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

Details on Community Benefits can be found in the Tender Documents

(SC Ref:646103)

six.4) Procedures for review

six.4.1) Review body

Paisley Sheriff Court and Justice of the Peace Court

St. James Street

Paisley

PA3 2HW

Country

United Kingdom

Internet address

http://www.renfrewshire.gov.uk

six.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 a breach of duty under the Public Contracts (Scotland)

Regulations 2015 (SSI 2015/446) (as amended) may bring proceedings in the Sheriff Court or Court of Session.