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