Section one: Contracting authority
one.1) Name and addresses
East Renfrewshire Council
Eastwood HQ, Eastwood Park,
Giffnock
G46 6UG
nora.nemeth@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.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
Provision of Healthy Minds and Wellbeing
Reference number
CE 20 21 035
two.1.2) Main CPV code
- 85312320 - Counselling services
two.1.3) Type of contract
Services
two.1.4) Short description
East Renfrewshire Council is currently inviting tenders, from suitably qualified companies for the provision of a Healthier Minds Wellbeing Service. This new service will be part of our wider Healthier Minds approach to supporting children and young people’s mental health and wellbeing in East Renfrewshire, sitting within Tier 2 early help and targeted services.
two.1.5) Estimated total value
Value excluding VAT: £1,200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
East Renfrewshire
two.2.4) Description of the procurement
The service is specifically for the provision of systemic individual and family support. The service is not expected to provide a traditional counselling role, however it is required that the service would utilise counselling skills and take a systemic approach to providing support to children, young people and their families who are experiencing trauma and emotional distress. Robust confidentiality, governance/ accountability and appropriate supervision arrangements are essential.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Another 12 months of extension.
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
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
4A.2 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.
Further information can be found on PCS-T.
three.1.2) Economic and financial standing
List and brief description of selection criteria
4B.1 Bidders will be required to have a minimum “general” yearly turnover of 600,000 GBP for the last 2 financial years.
4B.4 Bidders will be required to state the value(s) for the following financial ratio(s):
Start Date: 01/04/2019
End Date: 31/03/2021
Type of Ratio: Liquidity Ratio
Description: (Current Assets - Inventory) divided by Current Liabilities
Minimum Requirement: Expected ratio to be greater than 1
Type of Ratio: Acid Test Ratio
Description: (Current Assets minus Inventory) divided by Current Liabilities
Minimum Requirement: Expected ratio to be higher than 1
Type of Ratio: Net profit percentage
Description: Net profit divided by turnover
Minimum Requirement: Expected ratio to be higher than 1
Type of Ratio: Return on Capital Employed
Description: EBIT divided by (total assets minus current liabilities)
Minimum Requirement: Expected ratio to be higher than 1
Type of Ratio: Debt ratio
Description: Total liabilities divided by total assets
Minimum Requirement: Expected ratio to 0.4 or lower
4B.5 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 and levels of insurance indicated below:
Professional Risk Indemnity Insurance =2m GBP
Employer’s (Compulsory) Liability Insurance = 5m GBP
Public Liability Insurance = 5m GBP
Other insurance: vehicle insurance (fully comprehensive)
http://www.hse.gov.uk/pubns/hse40.pdf
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.6 Bidders will be required to confirm that they and/or the service provider have the relevant educational and professional qualifications detailed on PCS-T.
4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of 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
10 May 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: 2 August 2021
four.2.7) Conditions for opening of tenders
Date
10 May 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18386. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
Based on the estimated value and term of contract being offered the Council expects you to meet a minimum of 50 Community Benefits points. Please note there is no limit to the Community Benefits that a Bidder may offer and the total Community Benefit Points for these may exceed the stated expectation. Please note the maximum score that can be achieved for the Community Benefit Outcomes is the figure stated in the ITT. Please see attached supplier guidance document for further information.
More information on PCS-T.
(SC Ref:650109)
six.4) Procedures for review
six.4.1) Review body
Paisley Sheriff and Justice of the Peace Court
Paisley
Country
United Kingdom