Section one: Contracting authority
one.1) Name and addresses
Aberdeenshire Council
Woodhill House, Westburn Road
Aberdeen
AB16 5GB
Contact
Mhairi Roper
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Telephone
+44 1224657200
Fax
+44 1224657234
Country
United Kingdom