Tender

Child Counselling in Education Establishments

GLASGOW CITY COUNCIL

This public procurement record has 2 releases in its history.

TenderUpdate

25 Oct 2024 at 00:00

Tender

11 Oct 2024 at 00:00

Summary of the contracting process

Glasgow City Council, in collaboration with West Dunbartonshire Council, has initiated an open tender for a framework agreement titled "Child Counselling in Education Establishments." This tender is aimed at procuring comprehensive counselling services for pupils aged 5-18 years within mainstream primary and secondary schools in Glasgow and secondary schools in West Dunbartonshire. The procurement falls under the "services" category and employs an open procedure. The key dates to note are the deadline for submission of bids on 21 November 2024, and the opening of tenders on the same day. The tender evaluation period will begin shortly after on 21 November 2024.

This tender presents significant opportunities for businesses specialising in mental health services, specifically those who can deliver varied counselling interventions such as one-to-one counselling, play therapy, and art therapy. This framework's focus on improving mental health outcomes for children and young people can attract suppliers offering innovative and effective therapeutic solutions. Companies with a strong track record in counselling within educational settings and the ability to provide detailed management information, such as case studies, termly updates, and outcome evaluations, would be well-suited to compete for this contract. Qualified suppliers will have the opportunity to make impactful contributions to the wellbeing of young people, while also expanding their business through sustained contractual engagements.

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

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Child Counselling in Education Establishments

Notice Description

Glasgow City Council invites tender bids to be part of a framework from suppliers with experience in delivering Counselling Services and other evidence based interventions to pupils aged 5-18 years within all mainstream primary and secondary schools across Glasgow and in secondary schools in West Dunbartonshire. The provider(s) must: - Improve children and young people's mental health and be outcome focussed; - Provide easy access to the service evidenced by referral numbers, accepted numbers and waiting times for intervention; - Ensure children and young people receive the support they need in a structured way, working through a programme of care including outcome measures, goal-based outcomes and children's plans, - Ensure children and young people are receiving the right help at the right time, - Foster strong relationship-based Interventions and care plans for children and young people, - Ensure children and young people and carers are well informed of available supports and services and can access the supports with marketing information regarding the service being provided in appropriate formats and media via school setting. The provider(s) must be able to provide the following management information during the contract: - A set of case studies and quotes report based on qualitative data from actual referrals, - A termly update report which provides a top line overview of programme activities and outcomes, - End of year evaluation report, assessing the counselling outcomes and wider impact.

Lot Information

One to One Counselling - Primary Schools

Access to Counselling service (one to one) for Primary 1-7 pupils across the 141 Primary schools within Glasgow in line with the information detailed in section II.1.4

Play Therapy - Primary Schools

Access to Play therapy for Primary 1-7 pupils across the 141 mainstream primary schools in Glasgow in line with the information detailed in in section II.1.4.

Art Therapy - Primary Schools

Access to Art Therapy for Primary 1-7 pupils across the 141 mainstream primary schools in Glasgow in line with the information detailed in section II.1.4

Secondary Schools

Access to Counselling services for pupils within 30 mainstream secondary schools in Glasgow and in secondary schools in West Dunbartonshire in line with the information detailed in section II.1.4

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000779645
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT516928
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F14 - Corrigendum
Procurement Type
Framework
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

85312320 - Counselling services

Notice Value(s)

Tender Value
£8,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
25 Oct 20241 years ago
Submission Deadline
13 Nov 2024Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
This is a recurring procurement with the next framework renewal expected to be advertised late 2027.

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
GLASGOW CITY COUNCIL
Additional Buyers

WEST DUNBARTONSHIRE COUNCIL

Contact Name
Lindsay McGibbon, Molly Doherty
Contact Email
corporate.procurement@west-dunbarton.gov.uk, lindsay.mcgibbon@glasgow.gov.uk, molly.doherty@glasgow.gov.uk
Contact Phone
+44 1389737000, +44 1412876964

Buyer Location

Locality
GLASGOW
Postcode
G2 1DU
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM31 East Dunbartonshire and West Dunbartonshire
Delivery Location
TLM82 Glasgow City

Local Authority
West Dunbartonshire
Electoral Ward
Dumbarton
Westminster Constituency
West Dunbartonshire

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT516076
    Child Counselling in Education Establishments - Glasgow City Council invites tender bids to be part of a framework from suppliers with experience in delivering Counselling Services and other evidence based interventions to pupils aged 5-18 years within all mainstream primary and secondary schools across Glasgow and in secondary schools in West Dunbartonshire. The provider(s) must: - Improve children and young people's mental health and be outcome focussed; - Provide easy access to the service evidenced by referral numbers, accepted numbers and waiting times for intervention; - Ensure children and young people receive the support they need in a structured way, working through a programme of care including outcome measures, goal-based outcomes and children's plans, - Ensure children and young people are receiving the right help at the right time, - Foster strong relationship-based Interventions and care plans for children and young people, - Ensure children and young people and carers are well informed of available supports and services and can access the supports with marketing information regarding the service being provided in appropriate formats and media via school setting. The provider(s) must be able to provide the following management information during the contract: - A set of case studies and quotes report based on qualitative data from actual referrals, - A termly update report which provides a top line overview of programme activities and outcomes, - End of year evaluation report, assessing the counselling outcomes and wider impact.

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-r6ebe6-0000779645-2024-10-25T00:00:00Z",
    "date": "2024-10-25T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000779645",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-43",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "40 John St, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "name": "Molly Doherty",
                "email": "molly.doherty@glasgow.gov.uk",
                "url": "http://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.glasgow.gov.uk"
            }
        },
        {
            "id": "org-108",
            "name": "West Dunbartonshire Council",
            "identifier": {
                "legalName": "West Dunbartonshire Council"
            },
            "address": {
                "streetAddress": "16 Church Street",
                "locality": "Dumbarton",
                "region": "UKM81",
                "postalCode": "G82 1QL"
            },
            "contactPoint": {
                "email": "Corporate.Procurement@west-dunbarton.gov.uk",
                "telephone": "+44 1389737000"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "org-63",
            "name": "Glasgow Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "Sheriff Clerk's Office, PO Box 23, 1 Carlton Place,",
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "telephone": "+44 1414298888",
                "url": "https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-5",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "40 John St, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "name": "Lindsay McGibbon",
                "email": "lindsay.mcgibbon@glasgow.gov.uk",
                "telephone": "+44 1412876964",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.glasgow.gov.uk"
            }
        },
        {
            "id": "org-6",
            "name": "West Dunbartonshire Council",
            "identifier": {
                "legalName": "West Dunbartonshire Council"
            },
            "address": {
                "streetAddress": "16 Church Street",
                "locality": "Dumbarton",
                "region": "UKM81",
                "postalCode": "G82 1QL"
            },
            "contactPoint": {
                "email": "Corporate.Procurement@west-dunbarton.gov.uk",
                "telephone": "+44 1389737000"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "name": "Glasgow City Council",
        "id": "org-5"
    },
    "tender": {
        "id": "GCC006200CPU",
        "title": "Child Counselling in Education Establishments",
        "description": "Glasgow City Council invites tender bids to be part of a framework from suppliers with experience in delivering Counselling Services and other evidence based interventions to pupils aged 5-18 years within all mainstream primary and secondary schools across Glasgow and in secondary schools in West Dunbartonshire. The provider(s) must: - Improve children and young people's mental health and be outcome focussed; - Provide easy access to the service evidenced by referral numbers, accepted numbers and waiting times for intervention; - Ensure children and young people receive the support they need in a structured way, working through a programme of care including outcome measures, goal-based outcomes and children's plans, - Ensure children and young people are receiving the right help at the right time, - Foster strong relationship-based Interventions and care plans for children and young people, - Ensure children and young people and carers are well informed of available supports and services and can access the supports with marketing information regarding the service being provided in appropriate formats and media via school setting. The provider(s) must be able to provide the following management information during the contract: - A set of case studies and quotes report based on qualitative data from actual referrals, - A termly update report which provides a top line overview of programme activities and outcomes, - End of year evaluation report, assessing the counselling outcomes and wider impact.",
        "status": "active",
        "items": [
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "85312320",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Glasgow, UK"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "id": "85312320",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Glasgow, UK"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "id": "85312320",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Glasgow, UK"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "85312320",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Glasgow and West Dunbartonshire, UK"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 8000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2024-11-13T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2024-11-13T12:00:00Z"
        },
        "documents": [
            {
                "id": "OCT516076",
                "documentType": "contractNotice",
                "title": "Child Counselling in Education Establishments",
                "description": "Glasgow City Council invites tender bids to be part of a framework from suppliers with experience in delivering Counselling Services and other evidence based interventions to pupils aged 5-18 years within all mainstream primary and secondary schools across Glasgow and in secondary schools in West Dunbartonshire. The provider(s) must: - Improve children and young people's mental health and be outcome focussed; - Provide easy access to the service evidenced by referral numbers, accepted numbers and waiting times for intervention; - Ensure children and young people receive the support they need in a structured way, working through a programme of care including outcome measures, goal-based outcomes and children's plans, - Ensure children and young people are receiving the right help at the right time, - Foster strong relationship-based Interventions and care plans for children and young people, - Ensure children and young people and carers are well informed of available supports and services and can access the supports with marketing information regarding the service being provided in appropriate formats and media via school setting. The provider(s) must be able to provide the following management information during the contract: - A set of case studies and quotes report based on qualitative data from actual referrals, - A termly update report which provides a top line overview of programme activities and outcomes, - End of year evaluation report, assessing the counselling outcomes and wider impact.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT516076",
                "format": "text/html"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "lots": [
            {
                "id": "2",
                "title": "One to One Counselling - Primary Schools",
                "description": "Access to Counselling service (one to one) for Primary 1-7 pupils across the 141 Primary schools within Glasgow in line with the information detailed in section II.1.4",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Service Delivery",
                            "description": "15%"
                        },
                        {
                            "type": "price",
                            "description": "15"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            },
            {
                "id": "3",
                "title": "Play Therapy - Primary Schools",
                "description": "Access to Play therapy for Primary 1-7 pupils across the 141 mainstream primary schools in Glasgow in line with the information detailed in in section II.1.4.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Service Delivery",
                            "description": "15%"
                        },
                        {
                            "type": "price",
                            "description": "15"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            },
            {
                "id": "4",
                "title": "Art Therapy - Primary Schools",
                "description": "Access to Art Therapy for Primary 1-7 pupils across the 141 mainstream primary schools in Glasgow in line with the information detailed in section II.1.4",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Service Delivery",
                            "description": "15%"
                        },
                        {
                            "type": "price",
                            "description": "15"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            },
            {
                "id": "1",
                "title": "Secondary Schools",
                "description": "Access to Counselling services for pupils within 30 mainstream secondary schools in Glasgow and in secondary schools in West Dunbartonshire in line with the information detailed in section II.1.4",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Service Delivery",
                            "description": "15%"
                        },
                        {
                            "type": "price",
                            "description": "15"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2147483647
        },
        "bidOpening": {
            "date": "2024-11-13T12:00:00Z",
            "address": {
                "streetAddress": "Glasgow, UK"
            }
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Financial Check Minimum Insurance Requirements",
                    "minimum": "Bidders must comply with the undernoted financial requirements in order to participate in the tendering process:- There is a minimum financial requirement that affects balance sheet strength. Financial requirements for balance sheet strength should be calculated on latest filed accounts with Companies House, and previous two financial years. Balance Sheet Strength Companies Bidders must have achieved positive net worth over the past 3 individual financial years. Bidders must also not be subject to an insolvency process. Intangibles can be included for the purposes of the Total Assets Figure. The above would be expressed in the ration Total Assets/Total Liabilities. Charitable Companies/Charities The same requirements apply as above, although the ration would be based on the net worth of the unrestricted funds. A Bidder should have no outstanding issues, with regard to statutory filing requirements with Companies House. Bidders who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee (in the council style) if the Parent company satisfies the financial requirements stipulated above. Glasgow City Council reserves the right, at its own discretion, to seek such other information from the Bidder in accordance with Regulations 61 (&) or Regulation 61 (8) of the Public Contracts (Scotland) Regulations 2015 to prove the Bidder's economic and financial standing. Insurance requirements - The organisation shall take out and maintain throughout the period of their services Employer's Liability insurance to the value of at least TEN MILLION POUNDS STERLING (10,000,000 GBP) in respect of any one claim and unlimited in the period. - The organisation shall take out and maintain throughout the period of their services Public Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000 GBP) in respect of any one claim and unlimited in the period. - The organisation shall take out and maintain throughout the period of their services Abuse cover to the value of at least FIVE MILLION POUNDS STERLING (5,000,000 GBP) in respect of each claim, without limit to the number of claims. Policy MUST be written on a 'claims occurring' basis. Abuse cover written on a 'claims made' basis will NOT be accepted by Glasgow City Council. - The organisation shall take out and maintain throughout the period of their services and for a further 3 years on completion of their service, Professional Indemnity insurance to the value of at least TWO MILLION POUNDS STERLING (2,000,000 GBP) in respect of any one claim and in the aggregate. The above insurances shall be with an insurance company registered with Financial Conduct Authority (FCA) in the UK, or equivalent body for EU member states by the council and any organisation shall not sub-let or sub-contract any part of the commission unless the sub-contractor is similarly insured, unless the council agrees otherwise. It is the express responsibility of the lead organisation to ensure this is the case. Should the Bidder not have the specified insurances at the time of tendering then, the Bidder must certify in their response to this ITT that the specified insurance will be obtained."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 4
            }
        },
        "classification": {
            "id": "85312320",
            "scheme": "CPV"
        },
        "reviewDetails": "Glasgow City Council (\"the council\") must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to conclude the framework agreement. The council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means the period is 15 days) to elapse between the date of dispatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (\"The Regulations\"). The council is obliged to comply with the regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the council must not conclude the framework agreement system unless the proceedings are determined, discontinued or disposed of: or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic operators can write to the council seeking further clarification on the notice, to which the council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.",
        "hasRecurrence": true,
        "recurrence": {
            "description": "This is a recurring procurement with the next framework renewal expected to be advertised late 2027."
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "amendments": [
            {
                "id": "amd-5",
                "description": "To allow sufficient time for Terms and Conditions to be fully reviewed by potential bidders",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2024-11-13T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2024-11-21T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2024-11-13T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2024-11-21T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ]
            }
        ]
    },
    "language": "EN",
    "description": "Bidders must hold certificates for Quality Assurance and Environmental Management Standards or comply with all questions noted in SPD Section 4D. Freedom of Information Act -- Information on the FOI Act is contained in Appendix A of the ITT. Tenderers must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI certificate contained in the Technical Envelope within the PCS Tender portal (NB the council does not bind itself to withhold this information). Tenderers Amendments -- Tenderers must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Bidders will be required to complete the tenderers amendment certificate that is contained within the Technical Envelope within PCS Tender portal. Prompt Payment -- The successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its sub-contractors in respect of payments due to any sub-sub-contractors, if any. Tenderers will be required to complete the prompt payment certificate contained in the Technical Envelope within PCS Tender portal. Non Collusion -- Tenderers will be required to complete the Non Collusion certificate contained in the Technical Envelope within the PCS Tender portal. Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, contained in the Technical Envelope within the PCS Tender portal authorising the Council to request copies of insurance documents from the supplier's insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from suppliers at any point during the contract period. Terms and Conditions are located within the buyers attachments area within the PCS Tender portal. Additional information pertaining to this contract notice is contained in the Invitation to Tender situated within the buyers attachments area of PCS-T. Tenderers must ensure they read these documents in line with this contract notice. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27554. 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 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: All lots Community benefit outcomes for these lots will be based on spend thresholds. There are five spend thresholds within the Community Benefits menu ranging from 50,000 GBP to 5,000,000 GBP. Spend will be monitored and successful suppliers will be required to deliver the outcomes offered under the appropriate threshold(s). Further detail is available with the Invitation to Tender document. (SC Ref:779645)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000779645"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000779645"
        }
    ],
    "noticetype": "OJEU - F14 - Corrigendum"
}