Section one: Contracting authority
one.1) Name and addresses
Moray Council
High Street
Elgin
IV30 1BX
Telephone
+44 1343563137
Country
United Kingdom
NUTS code
UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00160
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
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
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
18/0960 Counselling in Schools
Reference number
18/0960
two.1.2) Main CPV code
- 85312320 - Counselling services
two.1.3) Type of contract
Services
two.1.4) Short description
The Council is seeking to appoint an external Service Provider that is experienced and appropriately qualified to implement and deliver a counselling service for children and young people aged 10 years and over (up to and including young people aged 18 years) that is embedded within a whole system approach to supporting mental health and wellbeing, including whole school and early intervention approaches.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85311300 - Welfare services for children and young people
- 85312300 - Guidance and counselling services
- 85312320 - Counselling services
two.2.3) Place of performance
NUTS codes
- UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
two.2.4) Description of the procurement
The Council is seeking to appoint an external Service Provider that is experienced and appropriately qualified to implement and deliver a counselling service for children and young people aged 10 years and over (up to and including young people aged 18 years) that is embedded within a whole system approach to supporting mental health and wellbeing, including whole school and early intervention approaches.
The counselling service will be a universally accessible service and should be available to secondary school pupils (primarily), and pupils aged 10 and over in our primary schools. The service should complement the range of whole-school and targeted approaches already available in schools to help support the mental, emotional, social and physical wellbeing of children and young people.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 2027
This contract is subject to renewal
Yes
Description of renewals
2x 12 month extensions.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Where it is required within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.
Bidders are required to demonstrate they have suitably qualified staff who are members of the British Association for Counselling & Psychotherapy (BACP), Counselling and Psychotherapy in Scotland (COSCA) or equivalent
three.1.2) Economic and financial standing
List and brief description of selection criteria
4B.1.1 The Bidder should provide its (“general”) yearly turnover (minimum required 1,620,000 GBP)for 3 financial years.
Minimum level(s) of standards possibly required
4B.5.1 - Employer's (Compulsory) Liability: = 5 Million GBP
Public Liability: = 5 Million GBP
Product Liability: = 5 Million GBP
4B.6 - The bidder is required to confirm that (to the best of their knowledge) there are no material post balance sheet events or other business issues arising since the date of the last audited financial statements that materially impact the economic and financial standing of the economic operator.
Where the operator is not able to make such a conformation, full details of the relevant events shall be provided along with an explanation of the expected impact on the bidders economic and financial standing.
The bidder is required to provide a copy of the last 2 audited financial statements as evidence of their compliance to meet their statutory obligations.
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.1 - Please provide relevant examples of works carried out in the past 3 years
Minimum level(s) of standards possibly required
4C.1 - Bidders will be required to provide 3 examples that demonstrate that they have the relevant experience of a similar service model carried out in the past three years.
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
Originally published as:
Date
12 January 2024
Local time
12:00pm
Changed to:
Date
19 January 2024
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
19 January 2024
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 ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25694 . For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:751810)
six.4) Procedures for review
six.4.1) Review body
Elgin Sheriff Court
Sheriff Courthouse, High Street
Elgin
IV30 1BU
Telephone
+44 343542505
Country
United Kingdom