Tender

Post Incident Support Services

  • Scottish Fire and Rescue Service

F02: Contract notice

Notice identifier: 2021/S 000-026385

Procurement identifier (OCID): ocds-h6vhtk-02ee7d

Published 21 October 2021, 12:44pm



The closing date and time has been changed to:

6 December 2021, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Scottish Fire and Rescue Service

Headquarters, Westburn Drive

Cambuslang

G72 7NA

Contact

Ashley Gould

Email

ashley.gould@firescotland.gov.uk

Telephone

+44 1416464637

Country

United Kingdom

NUTS code

UKM95 - South Lanarkshire

Internet address(es)

Main address

http://firescotland.gov.uk

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

Email

ashley.gould@firescotland.gov.uk

Country

United Kingdom