Tender

Provision of Healthy Minds and Wellbeing

  • East Renfrewshire Council

F02: Contract notice

Notice identifier: 2021/S 000-007334

Procurement identifier (OCID): ocds-h6vhtk-02a417

Published 9 April 2021, 9:04am



Section one: Contracting authority

one.1) Name and addresses

East Renfrewshire Council

Eastwood HQ, Eastwood Park,

Giffnock

G46 6UG

Email

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