Section one: Contracting authority
one.1) Name and addresses
Scottish Fire and Rescue Service
Headquarters, Westburn Drive
Cambuslang
G72 7NA
Contact
Ashley Gould
ashley.gould@firescotland.gov.uk
Telephone
+44 1416464637
Country
United Kingdom
NUTS code
UKM95 - South Lanarkshire
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19543
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Post Incident Support Services
Reference number
T3C-072-2122
two.1.2) Main CPV code
- 85121270 - Psychiatrist or psychologist services
two.1.3) Type of contract
Services
two.1.4) Short description
The provision of psychological support services for exposure to traumatic stress
two.1.5) Estimated total value
Value excluding VAT: £750,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85121270 - Psychiatrist or psychologist services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland
two.2.4) Description of the procurement
The Scottish Fire and Rescue Service (SFRS) is committed to taking all reasonable precautions for protecting the health, safety and
wellbeing of all employees. This document sets out the arrangements for the provision of post incident support following the attendance of
staff at critical incidents. The SFRS shall operate this arrangement to:
1 Support the Health, Safety and Wellbeing Policy
2 Support the SFRS Mental Health Strategy
3 Establish risk control measures, to reduce occupational injuries and ill health
4 Ensure a safe and healthy work environment
The Scottish Fire and Rescue Service recognises that in some circumstances, individuals may require further specialist support following
their exposure to a potentially traumatising event and these arrangements therefore set out the mechanisms in place to ensure such support
is available to all staff.
Service Provision
The Service requires a provider who can provide services in the following areas:
1 Clinical assessment and treatment based on current evidence-based practice in the treatment and management of traumatic stress injuries
2 Development of appropriate Psychological First Aid Arrangements based on current evidence based practice in response to critical or major incidents
3 Development with the Service of health education packages designed to promote staff resilience
It is essential the provider has previous extensive experience of working with the Emergency Services
two.2.5) Award criteria
Quality criterion - Name: Service quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £750,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Up to two periods of up to 12 months each
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
increases in usage or the addition of other relevant services
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
No complaints brought before the Health and Care Professions Tribunal upheld in the last five years
Candidates must demonstrate effective staff development and recruitment and retention policies which ensure that staff involved in the
delivery of such services hold the following qualifications at all times:
Psychological Therapist/Psychologist, registered with the appropriate professional body.
Psychiatrist, registered with the appropriate professional body.
All clinicians shall have accredited training in evidence based trauma therapies such as Cognitive Behaviours Therapy(CBT) and Eye
Movement Desensitisation and Reprocessing (EMDR)
They must also be subject to a check as required by The Protecting Vulnerable Groups (PVG) Scheme
three.1.2) Economic and financial standing
List and brief description of selection criteria
Insurance Levels
Accounting Ratios
Profitability
Minimum level(s) of standards possibly required
Employers Liability 10000000 GBP
Public Liability 10000000 GBP
Professional Liability 5000000
Current Ratio: Current ratio must be greater than 1.0 for each year for the last three years. This will be assessed by the Contracting
Authority by reference to an independent financial reporting service
Net Assets (Total Assets minus Total Liabilities). This must be positive (greater than zero) each year for the last three years. This will be
assessed by the Contracting Authority by reference to an independent financial reporting service
Three Years' Continuous Profitable Trading: The Candidate should demonstrate three years' continuous profitable trading over the last
three years of trading. This will be assessed by the Contracting Authority by reference to an independent financial reporting service. Any
period of negative profitability is to be explained in detail by the Candidate: this explanation will be taken into the reasonable consideration
of the Contracting Authority in assessing Submissions. Where the Contracting Authority is satisfied with the explanation and overall
financial viability of the Candidate, it reserves the right to proceed with the Candidate's application.
The Contracting Authority notes its obligation under Regulation 60(9) sating that: “(9) Before awarding the contract, except a contract
based on a framework agreement concluded in accordance with regulation 34(6) or (7)(a) (framework agreements), the contracting
authority must require the tenderer to which it has decided to award the contract to submit up-to-date supporting documents in accordance
with regulation 61 (means of proof)
However, in submitting an application, the Candidate understands and accepts the Contracting Authority’s right under Regulation 61 (8) to
consider means of proof which it deems appropriate: “Where, for any valid reason, the economic operator is unable to provide the
references or other information required by the contracting authority, it may prove its economic and financial standing by any other
document which the contracting authority considers appropriate”
three.1.3) Technical and professional ability
List and brief description of selection criteria
Availability of appropriate staff
Successful experience of delivering services of this nature
Minimum level(s) of standards possibly required
Candidates shall demonstrate how they ensure that appropriate staff are available at all times and for the provision of services at all locations in contracts of this size and nature
Demonstration of three years continuous successful service provision in respect of these requirements to at least one emergency services organisation over a widespread geographical area
three.2) Conditions related to the contract
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) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
22 November 2021
Local time
12:00pm
Changed to:
Date
6 December 2021
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
22 November 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: October 2024
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
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=670479.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
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:
Tenderers will be required to describe their actions supporting the "fair work first" principles
(SC Ref:670479)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
1 Calton Place
Glasgow
G5 9TW
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Scottish Fire and Rescue Service
Headquarters, Westburn Drive
Cambuslang
G72 7NA
ashley.gould@firescotland.gov.uk
Country
United Kingdom