Tender

CT0983 - Adult Counselling and Psychological Therapies

  • The City of Edinburgh Council

F21: Social and other specific services – public contracts (contract notice)

Notice identifier: 2022/S 000-010228

Procurement identifier (OCID): ocds-h6vhtk-03086c

Published 19 April 2022, 4:30pm



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

Email

anna.penman@edinburgh.gov.uk

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

Internet address(es)

Main address

http://www.edinburgh.gov.uk

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.