Contract

18/0411 Provision of Counselling in Moray Schools

  • Moray Council

F03: Contract award notice

Notice identifier: 2021/S 000-005156

Procurement identifier (OCID): ocds-h6vhtk-029b95

Published 15 March 2021, 11:16am



Section one: Contracting authority

one.1) Name and addresses

Moray Council

High Street

Elgin

IV30 1BX

Email

procurement@moray.gov.uk

Telephone

+44 1343563137

Country

United Kingdom

NUTS code

UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey

Internet address(es)

Main address

http://www.moray.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00160

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

18/0411 Provision of Counselling in Moray Schools

Reference number

18/0411

two.1.2) Main CPV code

  • 85312320 - Counselling services

two.1.3) Type of contract

Services

two.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.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £795,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 85312320 - Counselling services

two.2.3) Place of performance

NUTS codes
  • UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey

two.2.4) Description of the procurement

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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Cost criterion - Name: Cost / Weighting: 20

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 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.2.1) Previous publication concerning this procedure

Notice number: 2020/S 248-619089


Section five. Award of contract

Contract No

18/0411

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 March 2021

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Therapeutic Counselling Services Ltd

169 Bank Street

Coatbridge

ML5 1ET

Telephone

+44 3302020283

Country

United Kingdom

NUTS code
  • UK - UNITED KINGDOM
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £795,000


Section six. Complementary information

six.3) Additional information

Please note: questions will not be answered within the following period 23/12/2020 - 05/01/2021 due to festive period.

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

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 sub-standard 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,

4a 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.

(SC Ref:647547)

six.4) Procedures for review

six.4.1) Review body

Elgin Sheriff Court

Sheiff Courthouse, High Street

Elgin

IV30 1BU

Email

elgin@scotcourts.gov.uk

Telephone

+44 343542505

Country

United Kingdom

Internet address

http://www.moray.gov.uk