Tender

PKC12590 Crisis Support Services for Children and Young People within Perth and Kinross

  • Perth & Kinross Council

F02: Contract notice

Notice identifier: 2023/S 000-031666

Procurement identifier (OCID): ocds-h6vhtk-040f5b

Published 26 October 2023, 3:57pm



Section one: Contracting authority

one.1) Name and addresses

Perth & Kinross Council

2 High Street

Perth

PH1 5PH

Email

LPeoples@pkc.gov.uk

Telephone

+44 1738475150

Country

United Kingdom

NUTS code

UKM77 - Perth & Kinross and Stirling

Internet address(es)

Main address

http://www.pkc.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372

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

PKC12590 Crisis Support Services for Children and Young People within Perth and Kinross

Reference number

PKC12590

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

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: £144,000

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: £144,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Council will have the option of extending the Contract, either singly or in phases, for up to two further periods of up to 12 months each after the expiry of the initial term. This will be dependent on a satisfactory performance from the contractor and funding being available.

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

two.2.14) Additional information

The contract value in the notice is based on the initial two year term only.


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 values for the following financial ratios for each of the last 2 years:

Current Ratio (Current Assets divided by Current Liabilities)

Net Assets (Net Worth) (value per the Balance Sheet, no calculations required)

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 of insurance indicated below:

Employer’s (Compulsory) Liability Insurance

Public Liability Insurance

Professional Indemnity Insurance

Motor Vehicle Insurance Cover

http://www.hse.gov.uk/pubns/hse40.pdf

Minimum level(s) of standards possibly required

4B.4 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 Levels of insurance required:

Employer’s (Compulsory) Liability Insurance = 10,000,000GBP

Public Liability Insurance = 5,000,000GBP

Professional Indemnity Insurance = 1,000,000GBP, cover must include abuse cover

three.1.3) Technical and professional ability

List and brief description of selection criteria

4C.1.2 Services Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in the Contract Notice.

4C.6 Qualifications - Bidders will be required to confirm that they and/or the service provider and 4C.6.1 their managerial staff, have the the relevant educational and professional qualifications listed below.

4D.1 Quality Management Procedures

4D.1 Health & Safety Procedures

Minimum level(s) of standards possibly required

4C.1.2 Services - Examples should demonstrate the bidder’s experiences 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 children and young people in rural communities. The examples should also describe and demonstrate your core values and principles and how these would apply to delivery of crisis support for children and young people.

4C.6 Qualifications:

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

Bidders are required to describe their arrangements for meeting these requirements.

4D.1 Quality Management Procedures

- 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

The bidder must have 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.

4D.1 Health and Safety Procedures

- The bidder must hold a UKAS (or equivalent), accredited independent third-party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum,

OR

- The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities of health and safety management and compliance with legislation.

The policy must cover lone working.


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

28 November 2023

Local time

12:00pm

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

28 November 2023

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: 2-4 years time, dependent on requirements and budget availability, and whether the options available to extend the contract are exercised.

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Council’s other minimum requirements:

- Bidder must comply with the Council’s Information and Cyber Security Policy for Supply Chain, Partners, and Service Providers

- Bidders must have a Child Protection Policy

- Bidders must have a Adult Protection Policy

- Bidders must provide individual, quarterly, and annual reports as per PKC requirements and have the ability to submit quarterly reports regarding any complaints received.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25436. 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:

A Community Benefits question is included in the Quality assessment.

(SC Ref:748290)

six.4) Procedures for review

six.4.1) Review body

Perth Sheriff Court

Tay Streeet

Perth

PH2 8NL

Country

United Kingdom