Tender

School Based Counselling

RENFREWSHIRE COUNCIL

This public procurement record has 1 release in its history.

Tender

05 May 2023 at 00:00

Summary of the contracting process

The Renfrewshire Council is inviting tenders for the contract titled "School Based Counselling" in the services category. The procurement process is currently at the tender stage, with a submission deadline of June 16, 2023. The contract aims to provide therapeutic support to children and young people in Renfrewshire through school-based counselling services. The opportunity is open to businesses that can deliver counselling services in primary and secondary schools to improve mental health, wellbeing, and emotional resilience of children.

This tender by Renfrewshire Council offers a growth opportunity for businesses that specialise in providing professional counselling services. The contract requires a sophisticated understanding of inequalities in Renfrewshire and a commitment to culturally appropriate approaches. Businesses with experience in school-based counselling, child protection services, and adherence to strict ethical codes are well-suited to compete. The tender process supports at least two days a week service provision in primary schools and 2.5 days a week in a primary and secondary school, aiming to deliver high-quality therapeutic support to children in need.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

School Based Counselling

Notice Description

Renfrewshire Children's Services are seeking to contract for a school-based counselling service. It will cover three primary schools and one secondary school to provide therapeutic support and improve the mental health and wellbeing and emotional resilience of children and young people. This contract aims to support children and young people referred to the service by the school - usually those with more complex needs. The service will be available for at least two consecutive days a week in two of the primary schools and 2.5 consecutive days a week in one primary and the secondary school throughout school term time. It is expected that flexible, culturally appropriate and inequalities-sensitive approaches will be used and that the interested organisations will demonstrate a sophisticated understanding of the pattern of inequalities in Renfrewshire and of the barriers in working in communities with high levels of deprivation.

Lot Information

Lot 1

Renfrewshire Council is seeking to appoint a single provider to deliver Counselling Services within three primary schools and one secondary school to provide therapeutic support and improve the mental health and wellbeing and emotional resilience of children and young people. The contract will be for a period of 32 months with no option to extend.. As there is a current service provider, TUPE may apply.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000731070
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY477952
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85312300 - Guidance and counselling services

85312320 - Counselling services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
5 May 20233 years ago
Submission Deadline
16 Jun 2023Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
RENFREWSHIRE COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
PAISLEY
Postcode
PA1 1JB
Post Town
Paisley
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
Delivery Location
TLM83 Inverclyde, East Renfrewshire, and Renfrewshire

Local Authority
Renfrewshire
Electoral Ward
Paisley East and Central
Westminster Constituency
Paisley and Renfrewshire South

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY477952
    School Based Counselling - Renfrewshire Children's Services are seeking to contract for a school-based counselling service. It will cover three primary schools and one secondary school to provide therapeutic support and improve the mental health and wellbeing and emotional resilience of children and young people. This contract aims to support children and young people referred to the service by the school - usually those with more complex needs. The service will be available for at least two consecutive days a week in two of the primary schools and 2.5 consecutive days a week in one primary and the secondary school throughout school term time. It is expected that flexible, culturally appropriate and inequalities-sensitive approaches will be used and that the interested organisations will demonstrate a sophisticated understanding of the pattern of inequalities in Renfrewshire and of the barriers in working in communities with high levels of deprivation.

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000731070-2023-05-05T00:00:00Z",
    "date": "2023-05-05T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000731070",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-108",
            "name": "Renfrewshire Council",
            "identifier": {
                "legalName": "Renfrewshire Council"
            },
            "address": {
                "streetAddress": "Renfrewshire House, Cotton Street",
                "locality": "Paisley",
                "region": "UKM83",
                "postalCode": "PA1 1JB"
            },
            "contactPoint": {
                "email": "louise.bishop@renfrewshire.gov.uk",
                "telephone": "+44 3003000300",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.renfrewshire.gov.uk"
            }
        },
        {
            "id": "org-113",
            "name": "Sheriff Court or the Court of Session",
            "identifier": {
                "legalName": "Sheriff Court or the Court of Session"
            },
            "address": {
                "locality": "See VI.4.3 Below"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Renfrewshire Council",
        "id": "org-108"
    },
    "tender": {
        "id": "RC-CPU-22-340",
        "title": "School Based Counselling",
        "description": "Renfrewshire Children's Services are seeking to contract for a school-based counselling service. It will cover three primary schools and one secondary school to provide therapeutic support and improve the mental health and wellbeing and emotional resilience of children and young people. This contract aims to support children and young people referred to the service by the school - usually those with more complex needs. The service will be available for at least two consecutive days a week in two of the primary schools and 2.5 consecutive days a week in one primary and the secondary school throughout school term time. It is expected that flexible, culturally appropriate and inequalities-sensitive approaches will be used and that the interested organisations will demonstrate a sophisticated understanding of the pattern of inequalities in Renfrewshire and of the barriers in working in communities with high levels of deprivation.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "85312300",
                        "scheme": "CPV"
                    },
                    {
                        "id": "85312320",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Renfrewshire"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2023-06-16T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2023-06-16T12:00:00Z"
        },
        "documents": [
            {
                "id": "MAY477952",
                "documentType": "contractNotice",
                "title": "School Based Counselling",
                "description": "Renfrewshire Children's Services are seeking to contract for a school-based counselling service. It will cover three primary schools and one secondary school to provide therapeutic support and improve the mental health and wellbeing and emotional resilience of children and young people. This contract aims to support children and young people referred to the service by the school - usually those with more complex needs. The service will be available for at least two consecutive days a week in two of the primary schools and 2.5 consecutive days a week in one primary and the secondary school throughout school term time. It is expected that flexible, culturally appropriate and inequalities-sensitive approaches will be used and that the interested organisations will demonstrate a sophisticated understanding of the pattern of inequalities in Renfrewshire and of the barriers in working in communities with high levels of deprivation.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY477952",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Renfrewshire Council is seeking to appoint a single provider to deliver Counselling Services within three primary schools and one secondary school to provide therapeutic support and improve the mental health and wellbeing and emotional resilience of children and young people. The contract will be for a period of 32 months with no option to extend.. As there is a current service provider, TUPE may apply.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Child Protection",
                            "description": "0% (Pass/Fail)"
                        },
                        {
                            "type": "price",
                            "description": "20"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 960
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2023-06-16T12:00:00Z",
            "address": {
                "streetAddress": "Via Microsoft Teams"
            },
            "description": "At a minimum two people, including one Senior Procurement Specialist from the Corporate Procurement Unit will be in attendance at the tender opening."
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "The Contract will be subject to the Council's Contract Management Procedures; Please refer to the Tender Documents."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "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. - All school-based staff will be required to have an up-to-date enhanced disclosure Scotland PVG. - All counsellors must be appropriately trained and qualified and accredited by their professional/therapeutic bodies, such as Counselling & Psychotherapy in Scotland (COSCA), or British Association for Counselling and Psychotherapy (BACP). The service Provider should conform to agreed professional standards, such as those provided by COSCA and BACP. The service Provider should conform to current best practice for school-based counselling, specifically in respect of counsellors' qualifications, supervision policy, child protection policies and continuous professional development and learning."
                },
                {
                    "type": "economic",
                    "description": "INSURANCE The successful Tenderer must hold, or commit to obtain prior to the commencement of and duration of the Contract of any subsequently awarded contract, the types and levels of insurance indicated below: - Employers Liability - 5 million GBP minimum (statutory), each and every claim - Public Liability - 5 million GBP minimum, each and every claim - Professional Indemnity - 1 million GBP minimum, in the aggregate - Motor Vehicle - If vehicles are used at all for this contract (ie for attending council premises for supplier performance monitoring meetings): Third party Motor Vehicle cover (statutory) to be evidenced with a MV certificate in the COMPANY name; OR where there is no company fleet and employees use their own vehicles instead, a letter signed by a person of appropriate authority confirming that the provider has ongoing arrangements in place to ensure that employees' vehicles are appropriately insured and maintained for business purposes. FINANCIAL The Council will use Dun & Bradstreet (D&B) to assist in its determination of the organisation's financial status and risk. The Council would expect Tenderers to have a minimum D&B Failure Score of 20, however failure to meet this Failure Score would not necessarily merit a 'FAIL' as the D&B Failure Score is only one factor used by the Council in assessing the acceptability or otherwise of a Tenderer's financial status. The Council will take into account the Tenderer's response to the SPD Part 1V Question 4B.1.1. Further information is contained within the Tender Documents."
                },
                {
                    "type": "technical",
                    "description": "Tenderers will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described. A minimum of two examples will be required."
                },
                {
                    "type": "technical",
                    "description": "Execution of the service is reserved to a particular profession"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2023-11-13T00:00:00Z"
            }
        },
        "classification": {
            "id": "85312320",
            "scheme": "CPV"
        },
        "reviewDetails": "An economic operator that suffers or risks suffering, loss or damage attributable to breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446, as amended) may bring proceedings in the Sheriff Court or the Court of Session in accordance with Regulation 88 of the 2015 Regulations.",
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "Full details of the exclusion and assessment criteria are detailed within the SPD and Invitation to Tender. Tenderers are required to: - Complete the SPD to be concluded for the Contract. - Complete a SPD by sub-contractors to be concluded for the Contract. - Comply with the Service Specification; - Comply with the General Conditions of Contract and Special Conditions of Contract (H&SC); - Confirm if managerial staff and those delivering the service are appropriately registered (as noted within the Tender Documents); - Confirm staff have been PVG checked. The contract may be modified in accordance with Regulation 72 of the Public Contracts (Scotland) Regulations 2015. The Council will use Dun & Bradstreet (D&B) to assist in its determination of the organisation's financial status and risk. The Council would expect Tenderers to have a minimum D&B Failure Score of 20, however failure to meet this Failure Score would not necessarily merit a 'FAIL' as the D&B Failure Score is only one factor used by the Council in assessing the acceptability or otherwise of a Tenderer's financial status. The Council will take into account the Tenderer's response to the SPD Part 1V Question 4B.1.1. Further information is contained within the Tender Documents. It is recommended that tenderers review their own D&B Failure Score in advance of submitting their tender submission. If, following this review, Tenderers consider that the D&B Failure Score does not reflect their current financial status, the tenderer should attach a document to this section giving a detailed explanation together with any relevant supporting independent evidence. The Council will review any such information as part of the evaluation of Tenderer's financial status. Where the Tenderer is under no obligation to publish accounts and therefore does not have a D&B Failure Score or equivalent rating, they must provide their audited financial accounts for the previous 2 years as part of their Tender Submission in order that the Council may assess these to determine the suitability of the Tenderer to undertake a Contract of this size. Where a consortium bid is received, the D&B Failure Score of each consortium member shall be assessed. Any accounts or documents submitted must be in English and, if appropriate, certified as accurate translations. For Sole Traders please provide submitted Tax Returns for the previous 3 years as part of the Tender Submission in order that the Council may assess these to determine the suitability of the Tenderer to undertake a Contract of this size. Where the Tenderer is a subsidiary of a group but is applying as a separate legal entity and fails to meet the minimum D&B Failure Score (or equivalent) as a company, a parent company or bank guarantee may be required to allow progression in the tender process. The Council will be the sole judge as to whether these are required and it shall notify Tenderers accordingly. The parent company or bank guarantee must meet the minimum financial requirements as assessed by the Council and must be in the form requested by the Council. Where the Tenderer intends to sub-contract more than 25% of any Contract value to a single sub-contractor then the foregoing actions will apply similarly to the relevant sub-contractor(s). The Council also reserves the right to reject the use of sub-contractors following evaluation of the sub-contractor's financial status. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24037. 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: Information regarding Community Benefits is contained within the Invitation to Tender documentation. (SC Ref:731070)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000731070"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}