Section one: Contracting authority
one.1) Name and addresses
Renfrewshire Council
Renfrewshire House, Cotton Street
Paisley
PA1 1JB
Contact
Megan Boyle
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.