Section one: Contracting authority
one.1) Name and addresses
Perth & Kinross Council
2 High Street
Perth
PH1 5PH
Telephone
+44 1738475150
Country
United Kingdom
NUTS code
UKM77 - Perth & Kinross and Stirling
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
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/
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
Crisis Support Services for Children and Young People within Perth and Kinross
Reference number
PKC12066
two.1.2) Main CPV code
- 80000000 - Education and training services
two.1.3) Type of contract
Services
two.1.4) Short description
1.1 Perth and Kinross Council are seeking to appoint suitably qualified and experienced Contractors to provide crisis support services for children and young people within Perth and Kinross.
two.1.5) Estimated total value
Value excluding VAT: £250,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Within Perth and Kinross boundary. Mainly - - Perth City
- Blairgowrie and Eastern Perthshire
- Carse of Gowrie
- Kinross
- Crieff and Strathearn
- Highland Perthshire
two.2.4) Description of the procurement
This service will provide access to crisis support services children and young people across Perth and Kinross.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £250,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
4B.4
Bidders will be required to state the value(s) for the following financial ratio(s):
2 years of data:-
- Current Ratio (Current Assets divided by Current Liabilities)
- Net Assets (Net Worth) (value per the Balance Sheet, no calculations required)
The acceptable range for each financial ratio is:
- Current Ratio It is expected that the ratio is equal to or greater than 1, i.e., Current Assets will equal or exceed Current Liabilities in each of the 2 years. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.
- Net Assets (Net Worth) It is expected that the Net Worth will be positive i.e., a Net Assets position in each of the 2 years. Reasons for not meeting the required test to be disclosed together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.
4B.5.1
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 (Compulsory) Liability Insurance = 10million GBP
Public Liability Insurance = 5million GBP
Professional Indemnity= 1million GBP, cover must include abuse cover
Vehicle Insurance Cover
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.1.2 SERVICE
Please describe your experience of typical service delivery, including details of the number of children and young people who have accessed your service within the last six months for support. Reference should be made to how you have engaged with and young people in rural communities.
Please describe your core values and principles and how these would apply to delivery of crisis support for children and young people
4C.6 Qualification
100% of staff involved in the delivery of crisis support services must be registered with the appropriate regulatory body (BACP/COSCA)
100% of staff involved in the delivery of crisis support services must have completed within the last 6 months/or be willing to participate in the following training:
- CBT or DBT
- ASIST
- Scottish Mental Health First Aid for young people
100% of staff involved in the delivery of crisis support services including those at first point of contact must hold a valid PVG certificate.
100% of staff involved in the delivery of crisis support services must be competent to work with children and young people who are presenting with suicide ideation and self-harm – please describe your arrangements for meeting this requirement
D: Quality Assurance
4D.1
1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).
OR
Documented arrangements that the organisation has a system for monitoring quality management procedures on an on-going basis. The bidder’s organisation must be able to provide evidence of systematic, periodic review and improvement of quality in respect of output and general performance
The receiving server (Provider Server configuration) to be TLS 1.2 (or newer), in accordance with the GDPR (for Special Category Information).
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.2.2) Time limit for receipt of tenders or requests to participate
Date
31 October 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
31 October 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22351. 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:
Tenderers responding to this tender opportunity are requested to adopt the following community benefits approach.
Perth & Kinross Council (PKC) is committed to maximising community benefits. Community Benefits improve the economic, social or environmental wellbeing of the specific local authority area.
To find information about current community requirements in the Perth and Kinross Council area please look at our website.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22351. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:708580)
six.4) Procedures for review
six.4.1) Review body
Perth Sheriff Court
Tay Streeet
Perth
PH2 8NL
Country
United Kingdom