Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Flexible Framework Refresh - Counselling in Schools

  • Cyhoeddwyd gyntaf: 24 Mawrth 2022
  • Wedi'i addasu ddiwethaf: 24 Mawrth 2022

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
Tayside Procurement Consortium
ID Awudurdod:
AA20930
Dyddiad cyhoeddi:
24 Mawrth 2022
Dyddiad Cau:
25 Ebrill 2022
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

This procurement exercise is to facilitate the continuation of a 'Flexible Framework’ in accordance with Regulations 74-76 of the Public Contracts (Scotland) Regulations 2015 (further referred to as 'the Flexible Framework').

Counselling in schools in accordance with Scottish Government Guidance published March 2020.

Service delivery models should meet the requirements set out in the Scottish Government’s “Guidance for Education Authorities

Establishing Access to Counselling in Secondary Schools” (March 2020).

URL:

https://www.gov.scot/publications/guidance-education-authorities-establishing-access-counselling-secondary-schools/ (March 2020)

URL:

https://www.gov.scot/publications/delivery-of-access-to-counsellors-through-schools-aims-and-principles/

(May 2020)

The Framework is being refreshed as set out in the original Contract Notice.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Tayside Procurement Consortium

Fairmuir Depot, 365 Clepington Road

Dundee

DD8 3DZ

UK

Person cyswllt: Julie Thompson

Ffôn: +44 1382834024

E-bost: julie.thompson@dundeecity.gov.uk

NUTS: UKM7

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.taysideprocurement.gov.uk

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12382

I.2) Caffael ar y cyd

Caiff y contract ei ddyfarnu gan gorff prynu canolog

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html?msclkid=0fc904e2a9ef11ec8f39dd8f767a57d9


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html?msclkid=0fc904e2a9ef11ec8f39dd8f767a57d9


Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html?msclkid=0fc904e2a9ef11ec8f39dd8f767a57d9


I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Flexible Framework Refresh - Counselling in Schools

Cyfeirnod: TPC/Counssch/20/11

II.1.2) Prif god CPV

85300000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

Scottish Government announced funding in August 2019 for qualified counsellors to be delivering counselling in schools. Counselling

should be available to secondary school pupils (primarily), and primary and special schools in communities for pupils aged 10 and over.

The focus will be on one:one direct counselling.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 2 652 984.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

85300000

II.2.3) Man cyflawni

Cod NUTS:

UKM7


Prif safle neu fan cyflawni:

Schools throughout Angus Council, Dundee City Council and Perth and Kinross Council areas.

II.2.4) Disgrifiad o’r caffaeliad

This procurement exercise is to facilitate the continuation of a 'Flexible Framework’ in accordance with Regulations 74-76 of the Public Contracts (Scotland) Regulations 2015 (further referred to as 'the Flexible Framework').

Counselling in schools in accordance with Scottish Government Guidance published March 2020.

Service delivery models should meet the requirements set out in the Scottish Government’s “Guidance for Education Authorities

Establishing Access to Counselling in Secondary Schools” (March 2020).

URL:

https://www.gov.scot/publications/guidance-education-authorities-establishing-access-counselling-secondary-schools/ (March 2020)

URL:

https://www.gov.scot/publications/delivery-of-access-to-counsellors-through-schools-aims-and-principles/

(May 2020)

The Framework is being refreshed as set out in the original Contract Notice.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 2 652 984.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Dechrau: 01/07/2022

Diwedd: 31/10/2023

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

12 months

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Completely New Bidding Organisations: Please navigate to ITT Number 42872 within PCST.

Existing Providers who received a place on the Framework in November 2020: Please navigate to ITT 42870 within PCST.

Please download the 'TPC2011 Instructions for Tenderers' document for details of tender requirements. This can be found in the Attachments Area of PCST.

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

ESPD 4C2

Counsellors/Counselling:

The counselling support provided should conform to agreed professional standards, such as those provided by COSCA and BACP (or

equivalent), and current best practice for school based counselling, specifically in respect of counsellors qualifications, supervision policy,

child protection policies and continuous professional development and learning.

Counsellors can be qualified in other therapies but must be competent to practice with children and young people they must be qualified in counselling and registered with BACP/COSCA (or equivalent).

All counsellors are expected to have supervision in line with their professional body’s recommendations.

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

To provide us with the confidence that the supplier can deliver the requirements of the contract, the following financial indicators will be

used based on your last 2 years audited accounts:

ESPD 4B.6/4B.6.1

To provide us with the confidence that the Provider can deliver the requirements of the contract, the following financial indicators will be

used based on your last 2 years audited accounts:

Tenderers will be required to provide/state the value(s) for the following financial ratio(s):

- Net profit for both financial years; if there has been a loss in any one year the tenderer must provide an explanation of the specific

circumstances leading to the loss.

- Current ratio equal to or greater than one in both financial 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.

- Positive Gearing Ratio for both financial years. i.e. an excess of shareholders funds/partners' capital accounts/owners equity over loan

finance in both of the financial 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.

- Positive shareholders funds/positive partners’ capital accounts/positive owners equity (whichever is applicable to the type of business) in

both of the financial years.

- Unqualified audit report (if an audit is required).

The Main Provider is responsible for ensuring the suitability of

sub-contractors, including financial standing, for the proposed services.

Where a Tenderer does not meet these requirements further details should be provided to confirm why, and TPC may undertake additional

financial checks and a qualitative judgement shall be made as to the financial capacity of the Tenderer.

Parent company guarantee - With reference to the economic and financial standing criteria above, the Purchaser reserves the right in its sole

discretion to waive these minimum requirements in the case of Bidders who are able to offer the Purchaser adequate substitute surety to our

entire satisfaction. By way of example only (but without limitation), adequate substitute surety may be an unqualified guarantee for the

performance of the Bidder’s entire obligations under the contract to follow on this process by a parent or associated company established in

the UK and which parent or associated company does meet the minimum requirements set out in these criteria.

The Parent Company will be required to satisfy the same criteria detailed above.

New Businesses: Please see Tender documentation for full details.

Minimum level(s) of standards required:

Employer's Liability Insurance: 10,000,000 GBP in respect of each claim..

Public Liability Insurance: 5,000,000 GBP in respect of each claim.

Professional Indemnity/Medical Malpractice Insurance: where Tenderer’s Insurers assess that this is required - 150,000 GBP in the

aggregate.

Vehicle Insurance Cover: Provider responsible for ensuring that motor insurance if staff or volunteers who use their own vehicles have

business use insurance covered. If carrying service users includes, includes business use and personal accident cover for passengers.


III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

ESPD 4C.1.2

Scottish Government publication, “Guidance for Education Authorities Establishing Access to Counselling in Secondary Schools” which

was published in March 2020

“The counselling service is a universally accessible service and should be available to all secondary school pupils and primary, ASN school

pupils aged 10 and over.”

“Formal counselling should be undertaken by a professional counsellor, acting in their specialist role, and in accordance with a strict code

of ethics, which requires confidentially, accountability and clinical supervision.”


Lefel(au) gofynnol y safonau sydd eu hangen:

Providers must be experienced in delivering Counselling Requirements.

Providers must be experienced in recruiting qualified counsellors.

The Provider organisation must have familiarity/experience of the assessment process, method of assessment, multi-agency working,

organisation of clinical supervision and evaluating service provision.

III.2) Amodau sy’n gysylltiedig â’r contract

III.2.1) Gwybodaeth am broffesiwn penodol

PDim ond proffesiwn penodol all gymryd rhan : Ydy

Cyfeiriad at y ddeddf, rheoliad neu ddarpariaeth weinyddol berthnasol:

Qualified Counsellors:

Formal counselling follows the British Association for Counsellors and Psychotherapy (BACP) definition of counselling which is: ‘a

professional activity delivered by qualified practitioners in schools. Counsellors offer troubled and/or distressed children and young people

an opportunity to talk about their difficulties, within a relationship of agreed confidentiality.’

- Counsellors can be qualified in other therapies but must be competent to practice with children and young people they must be qualified in counselling and registered with BACP/COSCA (or equivalent).

All counsellors are expected to have supervision in line with their professional body’s recommendations.

Counselling organisations do not need to be registered – it is individual counsellors that need the appropriate accreditation and qualifications.

- The postholders will be PVG Scheme checked

III.2.2) Amodau perfformiad contractau

As stated throughout this Notice and in the Tender documentation.

III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract

Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig

The procurement involves the establishment of a framework agreement with several operators.

Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 15

Cyfiawnhau unrhyw gyfnod o gytundeb fframwaith sy'n hwy na 8 blynedd: NA

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2020/S 148-364156

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 25/04/2022

Amser lleol: 12:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Rhaid i’r tendr fod yn ddilys tan: 01/07/2022

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 25/04/2022

Amser lleol: 12:00

Place:

PCS-T Electronic Postbox

Gwybodaeth am bersonau awdurdodedig a'r weithdrefn agor:

Tayside Procurement Consortium

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:

July 2023 or July 2024

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

EXISTING PROVIDERS ADMITTED TO FRAMEWORK IN NOV 2020 MUST: Submit any new information in the Technical Envelope (Quality Questions)

Submit Commercial Response (Pricing Schedule)

COMPLETELY NEW BIDDING ORGANISATIONS MUST:

Submit SPD (Qualification) Response

Answer all Technical Envelope (Quality Questions)

Submit Commercial Response (Pricing Schedule.

Bidder Exclusion: Economic Operators may be excluded from this competition if there are in any of the situations referred to in

Regulations 58 of the Public Contracts (Scotland) Regulations 2015.

Tender Evaluation: The Tender Evaluation methodology including scoring range, detailing the criteria and weightings can be found in the

PCS-Tender Project (Attachments Area). Project Number 20547.

Bidders will require to complete a GDPR Compliance Statement and Cloud Security Matrix (if applicable) as part of their bid submission.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20547. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:

This is a social care procurement

(SC Ref:687795)

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Dundee Sheriff Court and Justice of the Peace Court

Sheriff Court House, 6 West Bell Street

Dundee

DD1 9AD

UK

VI.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu

Scottish Courts Service

Saughton House, Broomhouse Drive

Edinburgh

EH11 3XD

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

23/03/2022

Codio

Categorïau nwyddau

ID Teitl Prif gategori
85300000 Gwasanaethau gwaith cymdeithasol a gwasanaethau cysylltiedig Gwasanaethau iechyd a gwaith cymdeithasol

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
julie.thompson@dundeecity.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.