Contract

Child Counselling in Education Establishments

  • Glasgow City Council
  • West Dunbartonshire Council

F03: Contract award notice

Notice identifier: 2025/S 000-008315

Procurement identifier (OCID): ocds-h6vhtk-04a808 (view related notices)

Published 7 March 2025, 10:58am



Section one: Contracting authority

one.1) Name and addresses

Glasgow City Council

40 John St, City Chambers

Glasgow

G2 1DU

Contact

Lindsay McGibbon

Email

lindsay.mcgibbon@glasgow.gov.uk

Telephone

+44 1412876964

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.glasgow.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196

one.1) Name and addresses

West Dunbartonshire Council

16 Church Street

Dumbarton

G82 1QL

Email

Corporate.Procurement@west-dunbarton.gov.uk

Telephone

+44 1389737000

Country

United Kingdom

NUTS code

UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond

Internet address(es)

Main address

http://www.west-dunbarton.gov.uk/business/suppliers/procurement/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00153

one.2) Information about joint procurement

The contract involves joint procurement

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

Child Counselling in Education Establishments

Reference number

GCC006200CPU

two.1.2) Main CPV code

  • 85312320 - Counselling services

two.1.3) Type of contract

Services

two.1.4) Short description

Glasgow City Council invited tender bids to be part of a framework from suppliers with experience in delivering Counselling Services and other evidence based interventions to pupils aged 5-18 years within all mainstream primary and secondary schools across Glasgow and in secondary schools in West Dunbartonshire.

The provider(s) must:

- Improve children and young people’s mental health and be outcome focussed;

- Provide easy access to the service evidenced by referral numbers, accepted numbers and waiting times for intervention;

- Ensure children and young people receive the support they need in a structured way, working through a programme of care including outcome measures, goal-based outcomes and children’s plans,

- Ensure children and young people are receiving the right help at the right time,

- Foster strong relationship-based Interventions and care plans for children and young people,

- Ensure children and young people and carers are well informed of available supports and services and can access the supports with marketing information regarding the service being provided in appropriate formats and media via school setting.

The provider(s) must be able to provide the following management information during the contract:

- A set of case studies and quotes report based on qualitative data from actual referrals,

- A termly update report which provides a top line overview of programme activities and outcomes,

- End of year evaluation report, assessing the counselling outcomes and wider impact.

two.1.6) Information about lots

This contract is divided into lots: Yes

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

Value excluding VAT: £8,000,000

two.2) Description

two.2.1) Title

One to One Counselling - Primary Schools

Lot No

2

two.2.2) Additional CPV code(s)

  • 85312320 - Counselling services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow, UK

two.2.4) Description of the procurement

Access to Counselling service (one to one) for Primary 1-7 pupils across the 141 Primary schools within Glasgow in line with the information detailed in section II.1.4

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 15%

Quality criterion - Name: Outcomes / Weighting: 15%

Quality criterion - Name: Partnership Activity / Weighting: 6%

Quality criterion - Name: Infrastructure / Weighting: 15%

Quality criterion - Name: Contract Implementation / Weighting: 7%

Quality criterion - Name: Monitoring and Evaluation / Weighting: 15%

Quality criterion - Name: Accessibility and Equality / Weighting: 3%

Quality criterion - Name: Business Continuity / Weighting: 4%

Quality criterion - Name: Fair Work First / Weighting: 5%

Price - Weighting: 15

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) Description

two.2.1) Title

Play Therapy - Primary Schools

Lot No

3

two.2.2) Additional CPV code(s)

  • 85312320 - Counselling services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow, UK

two.2.4) Description of the procurement

Access to Play therapy for Primary 1-7 pupils across the 141 mainstream primary schools in Glasgow in line with the information detailed in in section II.1.4.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 15%

Quality criterion - Name: Outcomes / Weighting: 15%

Quality criterion - Name: Partnership Activity / Weighting: 6%

Quality criterion - Name: Infrastructure / Weighting: 15%

Quality criterion - Name: Contract Implementation / Weighting: 7%

Quality criterion - Name: Monitoring and Evaluation / Weighting: 15%

Quality criterion - Name: Accessibility and Equality / Weighting: 3%

Quality criterion - Name: Business Continuity / Weighting: 4%

Quality criterion - Name: Fair Work First / Weighting: 5%

Price - Weighting: 15

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) Description

two.2.1) Title

Art Therapy - Primary Schools

Lot No

4

two.2.2) Additional CPV code(s)

  • 85312320 - Counselling services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow, UK

two.2.4) Description of the procurement

Access to Art Therapy for Primary 1-7 pupils across the 141 mainstream primary schools in Glasgow in line with the information detailed in section II.1.4

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 15%

Quality criterion - Name: Outcomes / Weighting: 15%

Quality criterion - Name: Partnership Activity / Weighting: 6%

Quality criterion - Name: Infrastructure / Weighting: 15%

Quality criterion - Name: Contract Implementation / Weighting: 7%

Quality criterion - Name: Monitoring and Evaluation / Weighting: 15%

Quality criterion - Name: Accessibility and Equality / Weighting: 3%

Quality criterion - Name: Business Continuity / Weighting: 4%

Quality criterion - Name: Fair Work First / Weighting: 5%

Price - Weighting: 15

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) Description

two.2.1) Title

Secondary Schools - Counselling Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 85312320 - Counselling services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow, UK

two.2.4) Description of the procurement

Access to Counselling services for pupils within 30 mainstream secondary schools in Glasgow and in secondary schools in West Dunbartonshire in line with the information detailed in section II.1.4

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 15%

Quality criterion - Name: Outcomes / Weighting: 15%

Quality criterion - Name: Partnership Activity / Weighting: 6%

Quality criterion - Name: Infrastructure / Weighting: 15%

Quality criterion - Name: Contract Implementation / Weighting: 7%

Quality criterion - Name: Monitoring and Evaluation / Weighting: 15%

Quality criterion - Name: Accessibility and Equality / Weighting: 3%

Quality criterion - Name: Business Continuity / Weighting: 4%

Quality criterion - Name: Fair Work First / Weighting: 5%

Price - Weighting: 15

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

The procurement involves the establishment of a framework agreement

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: 2024/S 000-032783


Section five. Award of contract

Lot No

1

Title

Secondary Schools - Counselling Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

18 February 2025

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 3

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

Number of tenders received from tenderers from non-EU Member States: 4

Number of tenders received by electronic means: 4

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

five.2.3) Name and address of the contractor

Lifelink

Suite 4, Melisa House, 3 Brand Place

Glasgow

G51 1DR

Telephone

+44 1415524434

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: £3,220,000


Section five. Award of contract

Lot No

2

Title

One to One Counselling - Primary Schools

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

18 February 2025

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 2

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

Number of tenders received from tenderers from non-EU Member States: 4

Number of tenders received by electronic means: 4

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

five.2.3) Name and address of the contractor

Lifelink

Suite 4, Melisa House, 3 Brand Place

Glasgow

G51 1DR

Telephone

+44 1415524434

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: £1


Section five. Award of contract

Lot No

3

Title

Play Therapy - Primary Schools

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

18 February 2025

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 1

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

Number of tenders received from tenderers from non-EU Member States: 2

Number of tenders received by electronic means: 2

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

five.2.3) Name and address of the contractor

With Kids

15 Annfield Place, Dennistoun

Glasgow

G31 2XE

Telephone

+44 1415505770

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: £1


Section five. Award of contract

Lot No

4

Title

Art Therapy - Primary Schools

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

18 February 2025

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 3

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

Number of tenders received from tenderers from non-EU Member States: 4

Number of tenders received by electronic means: 4

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

five.2.3) Name and address of the contractor

Impact Arts (Projects) Ltd

105 Brunswick Street

Glasgow

G1 1TF

Telephone

+44 7976624884

Country

United Kingdom

NUTS code
  • UKM82 - Glasgow City
The contractor is an SME

Yes

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

Total value of the contract/lot: £1


Section six. Complementary information

six.3) Additional information

(SC Ref:792460)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

PO Box 23 1 Carlton Place

Glasgow

G5 9DA

Email

glasgow@scotcourts.gov.uk

Telephone

+44 1414298888

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Glasgow City Council ("the council") must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to conclude the framework agreement. The council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means the period is 15 days) to elapse between the date of dispatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 ("The Regulations"). The council is obliged to comply with the regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the council must not conclude the framework agreement system unless the proceedings are determined, discontinued or disposed of: or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic operators can write to the council seeking further clarification on the notice, to which the council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.