Section one: Contracting authority
one.1) Name and addresses
Inverclyde Council
Procurement, Municipal Buildings, Clyde Square
Greenock
PA15 1LX
Telephone
+44 1475717171
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00168
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
Provision of a School Age Counselling Service
two.1.2) Main CPV code
- 85312320 - Counselling services
two.1.3) Type of contract
Services
two.1.4) Short description
Inverclyde Council on behalf of Inverclyde Health and Social Care Partnership (HSCP) and in conjunction with Inverclyde Council’s Education Service seeking a provider to deliver a new service for the provision of an early help service to promote and improve the mental health, emotional resilience and wellbeing of children and young people who are negatively affected or are at risk of being affected by poor mental health. This will be a counselling service delivered predominantly in schools, but also where necessary in homes and community settings, to support children and young people aged 5 to 18 years.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £918,000
two.2) Description
two.2.2) Additional CPV code(s)
- 85312320 - Counselling services
- 85312300 - Guidance and counselling services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.2.4) Description of the procurement
The service will be child centred and governed by the Inverclyde GIRFEC Practice Guidance with a single point referral system and one door philosophy of help and support. It will deliver key strands of activities including but not limited to the following:
a) One to one counselling and assessment and interventions for children and young people (including intensive interventions /crisis-based work depending on need);
b) Group work;
c) Drop in sessions for children & young people in schools;
d) Improved links with GPs, community link workers and primary care and Child and Adolescent Mental Health Services CAMHS; 2.11.
e) Support to parents and families to support children and young persons;
f) Support and consultation for teachers and school staff;
g) Professional learning and training for teachers and staff to increase capacity and resilience to respond, manage and safety plan for children & young people.
h) Utilisation of technology to support engagement, virtual approaches and delivery of the service;
i) Preventative activities with the broader population to raise the profile of the service;
j) Development and delivery of appropriate promotional and communication media and materials for the service to raise awareness of the service and how to access the service;
k) Provision of a service throughout the school holidays; and
l) Link and work collaboratively with existing services.
two.2.5) Award criteria
Quality criterion - Name: Implementation Plan / Weighting: 10
Quality criterion - Name: Service Delivery / Weighting: 25
Quality criterion - Name: Service Delivery Improvement / Weighting: 7.5
Quality criterion - Name: Unforeseen Events / Weighting: 3
Quality criterion - Name: Management and Development of Staff / Weighting: 5
Quality criterion - Name: Outcomes and Reporting / Weighting: 3.5
Quality criterion - Name: Social Value - Outcome Menu / Weighting: 2
Quality criterion - Name: Social Value - Supporting Methodology / Weighting: 1
Quality criterion - Name: Fair Work First / Weighting: 3
Price - Weighting: 40
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.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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 000-003899
Section five. Award of contract
Contract No
CP0542/HSCP
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
10 May 2024
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
Action for Children Services Ltd
3 The Boulevard (Company Registered Address), Ascot Road
Watford, Hertfordshire
WD18 8AG
Telephone
+44 1415509010
Country
United Kingdom
NUTS code
- UKM - Scotland
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £918,000
Section six. Complementary information
six.3) Additional information
SPD 4C SUBCONTRACTORS
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
SPD 4D QUALITY MANAGEMENT PROCEDURES
The bidder must hold a UKAs (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO9001 (or equivalent) OR hold the information contained in the buyer attachment area in PCS-T (file name "Contract Notice Additional Information")
HEALTH & SAFETY
The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS
18001 (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 hold the information contained in the buyer attachment area in PCS-T (file name "Contract Notice Additional Information") ESPD Health & Safety.
The bidder must hold UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate OR hold the information contained in the buyer attachment area in PCS-T (file name "Contract Notice Additional Information")
TECHNICAL ENVELOPE 2.4 PART A: CHILD PROTECTION POLICY
The bidder must have a documented Child Protection Policy that fully meets the Protection of The Children (Scotland) Act 1995, the Children’s Hearings (Scotland) Act 2011 and Children and Young People (S) Act 2014 and the guidance in Protecting Children and Young People: The Charter (Scottish Executive, 2004).
TECHNICAL ENVELOPE 2.5 PART A: COMPLAINTS PROCEDURE
The bidder must comply with Inverclyde Council`s Complaints Handling Procedure.
TECHNICAL ENVELOPE 2.6 PART A: DATA PROTECTION, DATA RETENTION AND SECURE DESTRUCTION
The bidder must demonstrate appropriate compliance with the Data Protection Laws for Data Protection, Data Retention and Secure Destruction by providing a copy of their Policy/Policies
(SC Ref:766363)
six.4) Procedures for review
six.4.1) Review body
Greenock Sheriff Court and Justice of the Peace Court
Sheriff Court House,1 Nelson Street,
Greenock
PA15 1TR
Country
United Kingdom