Section one: Contracting authority
one.1) Name and addresses
Aberdeen City Council
Woodhill House, Westburn Road
Aberdeen
AB16 5GB
Telephone
+44 1467539209
Country
United Kingdom
NUTS code
UKM50 - Aberdeen City and Aberdeenshire
Internet address(es)
Main address
http://www.aberdeencity.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00231
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
1st Contact Mental Health and Wellbeing Service
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Aberdeen City Health & Social Care Partnership requires a service which will provide a direct access first point of contact for people experiencing poor mental health and wellbeing working across all three localities in Aberdeen City, with particular focus on deprived areas. The service will be flexibly developed, to meet local need and should have availability to provide support up to 7 days per week, including out of hours support at key times. The service will operate on the principle of easy access and will focus on listening, immediate support and signposting.
two.1.5) Estimated total value
Value excluding VAT: £1,462,733
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
- UKM50 - Aberdeen City and Aberdeenshire
Main site or place of performance
Aberdeen City
two.2.4) Description of the procurement
This service will provide direct access to a community-based team, based on a model of mental health practitioner, paid peer support and volunteers with lived experience. The team will work together to help to signpost, de-escalate, provide empathetic responses, provide some simple intervention work to enhance provision within deprived areas and risk assess to identify different options and resources available within the Community as well as supporting self-management options. This team would create strong links to services and support networks within the local community.
The service requires to deliver in-hours and out of hours support to address local need. There is flexibility as to the days and hours this service is provided, and whether this is a face to face or remote service, or a mix. Research suggests out of hours provision would extend to 2am and cover as a minimum Thursday to Sunday.
There is flexibility in the service design and how this may evolve and develop over the life of the contract, taking into account local needs and changes in local provision
two.2.6) Estimated value
Value excluding VAT: £1,462,733
two.2.7) Duration of the contract or the framework agreement
Duration in months
48
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
Bidders must hold or commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s Liability Insurance = 10m
Public Liability Insurance = 5m
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described.
Section four. Procedure
four.1) Description
four.1.1) Form of procedure
Open procedure
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 July 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.3) Additional information
1.The Council shall obtain a Creditsafe credit check and will score bidders accordingly:
71 - 100 Very Low Risk – Accept
51 - 70 Low Risk - Accept
30 - 50 Moderate Risk – subject to further discussion internally with the option to reject.
21-29 High Risk – subject to further discussion internally with the option to reject.
1-20 Very High Risk – Reject.
2. Please state current turnover (if contract value is over 50% of reported turnover, further discussion will be had internally with the option to reject).
3. If you are under no obligation to publish accounts on Companies House and/or do not have a comprehensive credit rating then provide audited financial accounts for the previous two years. Both quick and current ratios should be a minimum of 1:1.5 for the two successive years. Bidders whose ratios do not meet the minimum criteria will be rejected. Bidders who can provide audited accounts but chose not to do so shall be rejected.
4. Bidders who have been trading for less than one year and cannot provide audited accounts must submit the cash flow for the current year and a letter from the bank outlining the current cash and credit position for the current year and subsequent year. This will be subject to internal discussion with the option to reject.
5. If bidder still does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their submission is supported by a parent company guarantee.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18818. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
The Scottish Public Sector is committed to the delivery of high quality public services, and recognises that this is critically dependent on a workforce which is well-rewarded, well-motivated, well-led, has access to appropriate opportunities for training and development, is diverse and inclusive, and can influence decision making. These factors are also important for workforce recruitment and retention, and thus continuity of service delivery.
Public bodies in Scotland are committed to applying the Fair Work First criteria in their own organisation and in publicly funded supply chains
Fair Work First is the Scottish Government’s policy for driving good quality and fair work in Scotland. Through this approach, the Scottish Government, and its public sector partners, are asking bidders to describe how they are committed to progressing towards adopting and how they intend to continue embedding the five Fair Work First criteria:
appropriate channels for effective voice, such as trade union recognition
investment in workforce development
no inappropriate use of zero hours contracts
action to tackle the gender pay gap and create a more diverse and inclusive workplace; and,
providing fair pay for workers (for example, payment of the real Living Wage).
In order to ensure the highest standards of service quality in this contract we expect suppliers to commit to progressing towards adopting the five Fair Work First criteria in the delivery of this contract as part of a fair and equitable employment and reward package as a route to progressing towards wider fair work practices set out in the Fair Work Framework.
Additional Community Benefits objectives for this Procurement are outlined in the Tender Overview.
(SC Ref:655288)
six.4) Procedures for review
six.4.1) Review body
Aberdeen Civil Justice Centre and Commercial Courts
Queens Street
Aberdeen
AB10 1AQ
Country
United Kingdom