Opportunity

Family Trauma Support Service

  • North Ayrshire Council

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

Notice reference: 2024/S 000-010377

Published 28 March 2024, 3:48pm



Section one: Contracting authority

one.1) Name and addresses

North Ayrshire Council

Cunninghame House, Friars Croft

Irvine

KA12 8EE

Email

andrewkerr@north-ayrshire.gov.uk

Country

United Kingdom

NUTS code

UKM93 - East Ayrshire and North Ayrshire mainland

Internet address(es)

Main address

http://www.north-ayrshire.gov.uk

Buyer's address

http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337

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

Family Trauma Support Service

Reference number

NAC-5172

two.1.2) Main CPV code

  • 85312300 - Guidance and counselling services

two.1.3) Type of contract

Services

two.1.4) Short description

This procurement seeks to appoint a suitably qualified and experienced service provider to deliver a specialist family trauma support service for children under 18 years of age service within North Ayrshire Council.

The current contract is due to expire on 30/10/2024. The new contract is anticipated to commence on 01/11/2024 for a period of 3 years with the option to extend for up to a further 24 months. The total budget for the lifetime of the contract is 301,388.00GBP.

two.1.5) Estimated total value

Value excluding VAT: £301,388

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85312300 - Guidance and counselling services

two.2.3) Place of performance

NUTS codes
  • UKM93 - East Ayrshire and North Ayrshire mainland

two.2.4) Description of the procurement

The provider will deliver evidence based, trauma-informed therapeutic assessment and interventions for children and parents/carers. There will be a child-centred approach to assessment and interventions including individual counselling and psychological therapies. Resulting in meaningful improvements in pre and post measures for the child and their parents/carer.

The contract will be let using the North Ayrshire Council Standard terms and conditions for HSCP

two.2.6) Estimated value

Value excluding VAT: £301,388

two.2.7) Duration of the contract or the framework agreement

Start date

1 November 2024

End date

31 October 2029

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 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

Bidders may be excluded if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. Bidders must have a minimum yearly “specific” turnover of 114,674GBP for the last 3 years in the business area covered by the contract. NAC reserve the right to review the bidder's financial information using company watch at tender stage and throughout the contract.

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

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:

Employer’s (Compulsory) Liability Insurance = [5,000,000]GBP in respect of any one event

http://www.hse.gov.uk/pubns/hse40.pdf

Public Liability Insurance [10,000,000]GBP in respect of any one event

Professional Indemnity Insurance [2,000,000]GBP in the aggregate

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) Form of procedure

Open procedure

four.1.10) Identification of the national rules applicable to the procedure

Information about national procedures is available at: http://www.gov.scot/Topics/Government/Procurement

four.1.11) Main features of the award procedure

This procurement is based on the most economically advantageous tender ("MEAT") on the basis of best price and quality ratio, where price is 20% and quality is 80%. Please see PCS-Tender for further information.

four.2) Administrative information

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

Date

29 April 2024

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

Bidders are required to provide 2 examples of services carried out in the past 3 years that demonstrates they have the relevant experience to deliver the services described in the Contract Notice. The services must be of a similar value, size and scope. Unsatisfactory experience will result in exclusion from the tender process.

Bidders must also provide 2 satisfactory references for the same 2 contracts on the reference templates provided. References should be completed and signed by previous customers for contracts of a project 50,000GBP in value, size and scope. If any of the referees score the bidder less than 2 the bidder will be excluded from the tender process.

Completed experience and reference templates must be zipped and uploaded at question 4C.1 of the qualification envelope.

Bidders unable to confirm (b) must provide an improvement plan, signed by their Director, which improves payment performance.

Bidders are required to confirm the *supplier itself/supplier's staff* have the following relevant educational and professional qualifications:

Clinical staff should be professionally qualified Psychotherapists and be active members of one of the registered professional authorities i.e

- British Associations for Counselling & Psychotherapy (BACP) or equivalent.

All counsellors must be qualified to at least diploma level and have a minimum of 2 years post-qualifying experience of working as a

counsellor.

Lots are not being used for this tender for the reason stated below:

Value of contract not suitable for lots

Nature of the contract not suitable for lots

Delivery of the contract is location specific

Quality Management Procedures

1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or a documented policy regarding quality management, see attachment at SPD question 4D.1.

Health and Safety Procedures

1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum or the bidder must have a regularly reviewed and documented policy for Health and Safety management, see attachment at SPD question 4D.1.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 53945. 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

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:

Community benefits will be required on a voluntary basis for:

- Employment

- Employability & Skills

- SMEs

- TSOs

- Education

- Community Wish List (http://northayrshire.community/community-benefits-wishlist- application-form/)

(SC Ref:762344)

six.4) Procedures for review

six.4.1) Review body

Kilmarnock Sheriff Court

Sheriff Court House, St Marnock Street

Kilmarnock

KA1 1ED

Telephone

+44 1563550024

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/