Notice Information
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 SchoolsAccess 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 SchoolsAccess 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 SchoolsAccess 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
Notice Details
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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GLASGOW CITY COUNCIL
- Additional Buyers
- 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.
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}