Opportunity

Mental Health Pathways Support Service

  • Aberdeenshire Council

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

Notice reference: 2021/S 000-024184

Published 29 September 2021, 12:25pm



The closing date and time has been changed to:

11 November 2021, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Aberdeenshire Council

Woodhill House, Westburn Road

Aberdeen

AB16 5GB

Contact

Mhairi Roper

Email

mhairi.roper@aberdeenshire.gov.uk

Telephone

+44 1467530600

Country

United Kingdom

NUTS code

UKM50 - Aberdeen City and Aberdeenshire

Internet address(es)

Main address

http://www.aberdeenshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00232

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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/esop/pts-host/public/pts/web/login.html

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

Mental Health Pathways Support 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

The Aberdeenshire Health & Social Care Partnership requires the provision of a mental health service to promote the achievement of a mentally well and inclusive Aberdeenshire in which people who experience mental illness, personality disorder and autism are enabled to recover and achieve their personal outcomes.

The service will support those recovering from mental illness and help them to participate in ordinary mainstream social, leisure, educational, and cultural activities alongside other members of the community.

The service requires to be provided in a peer led manner, championing lived experiences to inform and support service need and development. The core service elements are:

Supporting clients to access appropriate opportunities for training, education, volunteering, and other activities aimed at supporting their recovery

Counselling Service

Joint facilitation of recovery focussed group work, and as needed 1:1 work in partnership with Community Mental Health Team members.

Early Intervention/Prevention initiatives to include an education element. This may include supporting setting up of peer support groups or condition specific groups such as autism and signposting services for community connections in the local area.

two.1.5) Estimated total value

Value excluding VAT: £1,587,366

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

North Aberdeenshire

Lot No

1

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKM5 - North Eastern Scotland
Main site or place of performance

The service will be provided in North Aberdeenshire, which is considered to include Peterhead, Fraserburgh, Banff, Portsoy, Turriff, Mintlaw and Cruden Bay.

two.2.4) Description of the procurement

The Aberdeenshire Health & Social Care Partnership requires the provision of a mental health service to promote the achievement of a mentally well and inclusive Aberdeenshire in which people who experience mental illness, personality disorder and autism are enabled to recover and achieve their personal outcomes.

The service will support those recovering from mental illness and help them to participate in ordinary mainstream social, leisure, educational, and cultural activities alongside other members of the community.

The service requires to be provided in a peer led manner, championing lived experiences to inform and support service need and development. The core service elements are:

Supporting clients to access appropriate opportunities for training, education, volunteering, and other activities aimed at supporting their recovery

Counselling Service

Joint facilitation of recovery focussed group work, and as needed 1:1 work in partnership with Community Mental Health Team members.

Early Intervention/Prevention initiatives to include an education element. This may include supporting setting up of peer support groups or condition specific groups such as autism and signposting services for community connections in the local area.

two.2.6) Estimated value

Value excluding VAT: £793,683

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

Duration in months

36

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

The Estimated contract value for this lot is for the initial 3 year term of the contract. An optional one year extension may be available.

two.2) Description

two.2.1) Title

Central and South Aberdeenshire

Lot No

2

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKM5 - North Eastern Scotland
Main site or place of performance

Central is Ellon, Fyvie, Oldmeldrum, Inverurie, Kemnay, Huntly, Insch, Rhynie, Alford and Strathdon. South is Portlethen, Stonehaven, Banchory and Braemar and all small towns/villages in the area.

two.2.4) Description of the procurement

The Aberdeenshire Health & Social Care Partnership requires the provision of a mental health service to promote the achievement of a mentally well and inclusive Aberdeenshire in which people who experience mental illness, personality disorder and autism are enabled to recover and achieve their personal outcomes.

The service will support those recovering from mental illness and help them to participate in ordinary mainstream social, leisure, educational, and cultural activities alongside other members of the community.

The service requires to be provided in a peer led manner, championing lived experiences to inform and support service need and development. The core service elements are:

Supporting clients to access appropriate opportunities for training, education, volunteering, and other activities aimed at supporting their recovery

Counselling Service

Joint facilitation of recovery focussed group work, and as needed 1:1 work in partnership with Community Mental Health Team members.

Early Intervention/Prevention initiatives to include an education element. This may include supporting setting up of peer support groups or condition specific groups such as autism and signposting services for community connections in the local area.

two.2.6) Estimated value

Value excluding VAT: £793,683

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

Duration in months

36

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

The Estimated contract value for this lot is for the initial 3 year term of the contract. An optional one year extension may be available.


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 will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described. A minimum of two examples will be required.


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.1.11) Main features of the award procedure

The tender documents on PCS-T will include a full breakdown of the tender award criteria.

four.2) Administrative information

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

Originally published as:

Date

5 November 2021

Local time

12:00pm

Changed to:

Date

11 November 2021

Local time

12:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.3) Additional information

Financial Assessment of Providers

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.

Insurance

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

Employer’s Liability Insurance = GBP10m

Public Liability Insurance = GBP5m

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19738. 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:

Please describe and demonstrate how you will commit to progressing towards adopting the five Fair Work First criteria for workers (including any agency or sub-contractor workers) engaged in the delivery of this contract. This should include current and planned actions that show how you will embed these practices during the lifetime of this contract. Answers should include tangible and measurable examples and should also describe how you will report on, and demonstrate progress, to the contracting authority during the lifetime of the contract.

(SC Ref:668298)

six.4) Procedures for review

six.4.1) Review body

Aberdeen Sheriff Court and Justice of the Peace Court

Castle Street

Aberdeen

AB10 1WP

Email

aberdeen@scotcourts.gov.uk

Telephone

+44 1224657200

Fax

+44 1224657234

Country

United Kingdom