Section one: Contracting authority
one.1) Name and addresses
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
Contact
Anna Penman
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
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
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
CT0983 - Adult Counselling and Psychological Therapies
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
The City of Edinburgh Council (on behalf of the Edinburgh Alcohol and Drugs Partnership), require a service for counselling and psychological therapies to aid the sustained recovery from Drugs and/or Alcohol use across the city. The service is also required in the local prison where the service is to support prisoners to recover for drug and/or alcohol use.
two.1.5) Estimated total value
Value excluding VAT: £3,974,898
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
City of Edinburgh
two.2.4) Description of the procurement
The Edinburgh Alcohol and Drug Partnership (EADP) require a service to:
Provide integrated counselling interventions which incorporate evidence based psychosocial interventions and therapies. These will be delivered within boundaried, therapeutic relationships and informed by an understanding of attachment, trauma and the process of recovery from addiction;
Provide demonstrably high quality and effective interventions within the professional governance structure of the British Association for Counselling and Psychotherapy (BACP)/ Counselling & Psychotherapy in Scotland (COSCA) or equivalent. Have a very strong, specific understanding of recovery from the misuse of alcohol, of psycho-stimulants and of other drugs. And have organisational expertise in relation to each of these areas of need to contribute to the strategic development of the system of care.
Be able to provide additional non counselling interventions to complement the primary 1:1 interventions.
Deliver services from an easily accessible location in central Edinburgh and across the local areas of the city and within HM Prison Edinburgh. Online services should also be a component of the service.
Be demonstrably high quality and effective organisation (or organisations), able to contribute to the development of the local recovery orientated system of care as well as delivering a service.
two.2.6) Estimated value
Value excluding VAT: £3,974,898
two.2.7) Duration of the contract or the framework agreement
Start date
1 October 2022
End date
30 September 2028
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
This opportunity is open to single organisations or partnerships / consortia.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
Economic operators may be excluded if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015
B ECONOMIC AND FINANCIAL STANDING:
4B.1.1 Yearly turnover - minimum of 1,000,000GBP
4B.1.4 Financial Ratios - minimum current ratio of 1.15
4B.5.1a Professional Indemnity insurance, limit of indemnity of not less than 1,000,000GBP
4B.5.1b Employer's liability insurance, limit of indemnity of not less than 5,000,000GBP
4B.5.2 Public liability insurance, limit of indemnity of not less than 5,000,000GBP
D QUALITY ASSURANCE SCHEMES AND ENVIRONMENTAL MANAGEMENT STANDARDS:
4D.1 (1) Health and Safety Procedures – Confirmation of maintain Health and Safety management
4D.1(2) Disclosure – ensure relevant staff have the appropriate disclosure check
4D.1 (3) Registration - Registered with British Association for Counselling and Psychotherapy (BACP) or equivalent
More detail on each area can be found in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Form of procedure
Procedure involving negotiation
four.1.10) Identification of the national rules applicable to the procedure
Information about national procedures is available at: https://www.legislation.gov.uk/ssi/2015/446/contents/made
four.1.11) Main features of the award procedure
The Contract will be awarded on the basis of the Most Economically Advantageous Tender with 20% of the overall evaluation score given to price and 80% of the overall evaluation score given to quality (cost:quality ratio).
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-000468
four.2.2) Time limit for receipt of tenders or requests to participate
Date
25 May 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21028. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Details of the types of community benefits being sought are contained in the ITT.
The type and level of benefits will be in direct relation to the value of the contract and the Service Provider will be asked to submit Community Benefits response indicating the types of Community Benefits they will deliver as part of the tender evaluation process.
Service Providers will be expected to utilise the City of Edinburgh Council’s community benefit tracking system CENEFITS.
(SC Ref:689832)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Court of Session
Parliament House, Parliament Square
Edinburgh
EH1 1RQ
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Appeals Procedure - A tenderer that suffers loss as a result of a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. The City of Edinburgh Council (the Council) will have a minimum standstill period of 10 days before awarding the contract. The communication of the award decision notice will be sent by fax or e-mail to all tenderers with the standstill period commencing on the next working day. If proceedings are started in the Sheriff Court or the Court of Session against the Council in respect of the decision to award the contract within the standstill period then the Council is prevented from awarding the contract. Post contract award the Sheriff Court or the Court of Session may (1) award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose (2) be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the OJEU or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.