Tender

Flexible Framework Refresh - Counselling in Schools

  • Tayside Procurement Consortium

F02: Contract notice

Notice identifier: 2022/S 000-007863

Procurement identifier (OCID): ocds-h6vhtk-032551

Published 23 March 2022, 12:59pm



Section one: Contracting authority

one.1) Name and addresses

Tayside Procurement Consortium

Fairmuir Depot, 365 Clepington Road

Dundee

DD8 3DZ

Contact

Julie Thompson

Email

julie.thompson@dundeecity.gov.uk

Telephone

+44 1382834024

Country

United Kingdom

NUTS code

UKM7 - Eastern Scotland

Internet address(es)

Main address

http://www.taysideprocurement.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12382

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html?msclkid=0fc904e2a9ef11ec8f39dd8f767a57d9

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/esop/pts-host/public/pts/web/login.html?msclkid=0fc904e2a9ef11ec8f39dd8f767a57d9

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/esop/pts-host/public/pts/web/login.html?msclkid=0fc904e2a9ef11ec8f39dd8f767a57d9

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

Flexible Framework Refresh - Counselling in Schools

Reference number

TPC/Counssch/20/11

two.1.2) Main CPV code

  • 85300000 - Social work and related services

two.1.3) Type of contract

Services

two.1.4) Short description

Scottish Government announced funding in August 2019 for qualified counsellors to be delivering counselling in schools. Counselling

should be available to secondary school pupils (primarily), and primary and special schools in communities for pupils aged 10 and over.

The focus will be on one:one direct counselling.

two.1.5) Estimated total value

Value excluding VAT: £2,652,984

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UKM7 - Eastern Scotland
Main site or place of performance

Schools throughout Angus Council, Dundee City Council and Perth and Kinross Council areas.

two.2.4) Description of the procurement

This procurement exercise is to facilitate the continuation of a 'Flexible Framework’ in accordance with Regulations 74-76 of the Public Contracts (Scotland) Regulations 2015 (further referred to as 'the Flexible Framework').

Counselling in schools in accordance with Scottish Government Guidance published March 2020.

Service delivery models should meet the requirements set out in the Scottish Government’s “Guidance for Education Authorities

Establishing Access to Counselling in Secondary Schools” (March 2020).

URL:

https://www.gov.scot/publications/guidance-education-authorities-establishing-access-counselling-secondary-schools/ (March 2020)

URL:

https://www.gov.scot/publications/delivery-of-access-to-counsellors-through-schools-aims-and-principles/

(May 2020)

The Framework is being refreshed as set out in the original Contract Notice.

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: £2,652,984

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

Start date

1 July 2022

End date

31 October 2023

This contract is subject to renewal

Yes

Description of renewals

12 months

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

Completely New Bidding Organisations: Please navigate to ITT Number 42872 within PCST.

Existing Providers who received a place on the Framework in November 2020: Please navigate to ITT 42870 within PCST.

Please download the 'TPC2011 Instructions for Tenderers' document for details of tender requirements. This can be found in the Attachments Area of PCST.


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

ESPD 4C2

Counsellors/Counselling:

The counselling support provided should conform to agreed professional standards, such as those provided by COSCA and BACP (or

equivalent), and current best practice for school based counselling, specifically in respect of counsellors qualifications, supervision policy,

child protection policies and continuous professional development and learning.

Counsellors can be qualified in other therapies but must be competent to practice with children and young people they must be qualified in counselling and registered with BACP/COSCA (or equivalent).

All counsellors are expected to have supervision in line with their professional body’s recommendations.

three.1.2) Economic and financial standing

List and brief description of selection criteria

To provide us with the confidence that the supplier can deliver the requirements of the contract, the following financial indicators will be

used based on your last 2 years audited accounts:

ESPD 4B.6/4B.6.1

To provide us with the confidence that the Provider can deliver the requirements of the contract, the following financial indicators will be

used based on your last 2 years audited accounts:

Tenderers will be required to provide/state the value(s) for the following financial ratio(s):

- Net profit for both financial years; if there has been a loss in any one year the tenderer must provide an explanation of the specific

circumstances leading to the loss.

- Current ratio equal to or greater than one in both financial years. Reasons for not meeting the required test to be disclosed by tenderers

together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.

- Positive Gearing Ratio for both financial years. i.e. an excess of shareholders funds/partners' capital accounts/owners equity over loan

finance in both of the financial years. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate

supporting evidence to confirm the suitability of the tenderer for the contract.

- Positive shareholders funds/positive partners’ capital accounts/positive owners equity (whichever is applicable to the type of business) in

both of the financial years.

- Unqualified audit report (if an audit is required).

The Main Provider is responsible for ensuring the suitability of

sub-contractors, including financial standing, for the proposed services.

Where a Tenderer does not meet these requirements further details should be provided to confirm why, and TPC may undertake additional

financial checks and a qualitative judgement shall be made as to the financial capacity of the Tenderer.

Parent company guarantee - With reference to the economic and financial standing criteria above, the Purchaser reserves the right in its sole

discretion to waive these minimum requirements in the case of Bidders who are able to offer the Purchaser adequate substitute surety to our

entire satisfaction. By way of example only (but without limitation), adequate substitute surety may be an unqualified guarantee for the

performance of the Bidder’s entire obligations under the contract to follow on this process by a parent or associated company established in

the UK and which parent or associated company does meet the minimum requirements set out in these criteria.

The Parent Company will be required to satisfy the same criteria detailed above.

New Businesses: Please see Tender documentation for full details.

Minimum level(s) of standards required:

Employer's Liability Insurance: 10,000,000 GBP in respect of each claim..

Public Liability Insurance: 5,000,000 GBP in respect of each claim.

Professional Indemnity/Medical Malpractice Insurance: where Tenderer’s Insurers assess that this is required - 150,000 GBP in the

aggregate.

Vehicle Insurance Cover: Provider responsible for ensuring that motor insurance if staff or volunteers who use their own vehicles have

business use insurance covered. If carrying service users includes, includes business use and personal accident cover for passengers.

three.1.3) Technical and professional ability

List and brief description of selection criteria

ESPD 4C.1.2

Scottish Government publication, “Guidance for Education Authorities Establishing Access to Counselling in Secondary Schools” which

was published in March 2020

“The counselling service is a universally accessible service and should be available to all secondary school pupils and primary, ASN school

pupils aged 10 and over.”

“Formal counselling should be undertaken by a professional counsellor, acting in their specialist role, and in accordance with a strict code

of ethics, which requires confidentially, accountability and clinical supervision.”

Minimum level(s) of standards possibly required

Providers must be experienced in delivering Counselling Requirements.

Providers must be experienced in recruiting qualified counsellors.

The Provider organisation must have familiarity/experience of the assessment process, method of assessment, multi-agency working,

organisation of clinical supervision and evaluating service provision.

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

Qualified Counsellors:

Formal counselling follows the British Association for Counsellors and Psychotherapy (BACP) definition of counselling which is: ‘a

professional activity delivered by qualified practitioners in schools. Counsellors offer troubled and/or distressed children and young people

an opportunity to talk about their difficulties, within a relationship of agreed confidentiality.’

- Counsellors can be qualified in other therapies but must be competent to practice with children and young people they must be qualified in counselling and registered with BACP/COSCA (or equivalent).

All counsellors are expected to have supervision in line with their professional body’s recommendations.

Counselling organisations do not need to be registered – it is individual counsellors that need the appropriate accreditation and qualifications.

- The postholders will be PVG Scheme checked

three.2.2) Contract performance conditions

As stated throughout this Notice and in the Tender documentation.

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 15

In the case of framework agreements, provide justification for any duration exceeding 4 years:

NA

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 148-364156

four.2.2) Time limit for receipt of tenders or requests to participate

Date

25 April 2022

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: 1 July 2022

four.2.7) Conditions for opening of tenders

Date

25 April 2022

Local time

12:00pm

Place

PCS-T Electronic Postbox

Information about authorised persons and opening procedure

Tayside Procurement Consortium


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: July 2023 or July 2024

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

EXISTING PROVIDERS ADMITTED TO FRAMEWORK IN NOV 2020 MUST: Submit any new information in the Technical Envelope (Quality Questions)

Submit Commercial Response (Pricing Schedule)

COMPLETELY NEW BIDDING ORGANISATIONS MUST:

Submit SPD (Qualification) Response

Answer all Technical Envelope (Quality Questions)

Submit Commercial Response (Pricing Schedule.

Bidder Exclusion: Economic Operators may be excluded from this competition if there are in any of the situations referred to in

Regulations 58 of the Public Contracts (Scotland) Regulations 2015.

Tender Evaluation: The Tender Evaluation methodology including scoring range, detailing the criteria and weightings can be found in the

PCS-Tender Project (Attachments Area). Project Number 20547.

Bidders will require to complete a GDPR Compliance Statement and Cloud Security Matrix (if applicable) as part of their bid submission.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20547. 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

The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:

This is a social care procurement

(SC Ref:687795)

six.4) Procedures for review

six.4.1) Review body

Dundee Sheriff Court and Justice of the Peace Court

Sheriff Court House, 6 West Bell Street

Dundee

DD1 9AD

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Scottish Courts Service

Saughton House, Broomhouse Drive

Edinburgh

EH11 3XD

Country

United Kingdom