Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Великобритании (Англия, Шотландия, Уэльс)


PKC12590 Crisis Support Services for Children and Young People within Perth and Kinross (Великобритания (Англия, Шотландия, Уэльс) - Тендер #47538779)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Великобритания (Англия, Шотландия, Уэльс) (другие тендеры и закупки Великобритания (Англия, Шотландия, Уэльс))
Организатор тендера: Perth & Kinross Council
Номер конкурса: 47538779
Дата публикации: 28-10-2023
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация
Title: PKC12590 Crisis Support Services for Children and Young People within Perth and Kinross
OCID: ocds-h6vhtk-040f5b
Published by: Perth & Kinross Council
Authority ID: AA21805
Publication Date: 27/10/2023
Deadline Date: 28/11/2023
Deadline Time: 12:00
Notice Type: Contract Notice
Has Documents: No
Has SPD: No
Abstract:

This service will provide access to crisis support services children and young people across Perth and Kinross.

Print or Save this Notice Download PDF Download HTML Download XML

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Perth & Kinross Council

2 High Street

Perth

PH1 5PH

UK

Telephone: +44 1738475150

E-mail: LPeoples@pkc.gov.uk

NUTS: UKM77

Internet address(es)

Main address: http://www.pkc.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

PKC12590 Crisis Support Services for Children and Young People within Perth and Kinross

Reference number: PKC12590

II.1.2) Main CPV code

80000000

II.1.3) Type of contract

Services

II.1.4) Short description

Perth and Kinross Council are seeking to appoint suitably qualified and experienced Contractors to provide crisis support services for children and young people within Perth and Kinross.

II.1.5) Estimated total value

Value excluding VAT: 144 000.00 GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UKM77


Main site or place of performance:

Within Perth and Kinross boundary. Mainly - - Perth City

- Blairgowrie and Eastern Perthshire

- Carse of Gowrie

- Kinross

- Crieff and Strathearn

- Highland Perthshire

II.2.4) Description of the procurement

This service will provide access to crisis support services children and young people across Perth and Kinross.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting: 30

II.2.6) Estimated value

Value excluding VAT: 144 000.00 GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The Council will have the option of extending the Contract, either singly or in phases, for up to two further periods of up to 12 months each after the expiry of the initial term. This will be dependent on a satisfactory performance from the contractor and funding being available.

II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The contract value in the notice is based on the initial two year term only.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

4B.4 Bidders will be required to state the values for the following financial ratios for each of the last 2 years:

Current Ratio (Current Assets divided by Current Liabilities)

Net Assets (Net Worth) (value per the Balance Sheet, no calculations required)

4B.5.1 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below:

Employer’s (Compulsory) Liability Insurance

Public Liability Insurance

Professional Indemnity Insurance

Motor Vehicle Insurance Cover

http://www.hse.gov.uk/pubns/hse40.pdf


Minimum level(s) of standards required:

4B.4 The acceptable range for each financial ratio is:

Current Ratio It is expected that the ratio is equal to or greater than 1, i.e. Current Assets will equal or exceed Current Liabilities in each of the 2 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.

Net Assets (Net Worth) It is expected that the Net Worth will be positive i.e., a Net Assets position in each of the 2 years. Reasons for not meeting the required test to be disclosed together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.

4B.5.1 Levels of insurance required:

Employer’s (Compulsory) Liability Insurance = 10,000,000GBP

Public Liability Insurance = 5,000,000GBP

Professional Indemnity Insurance = 1,000,000GBP, cover must include abuse cover

III.1.3) Technical and professional ability

List and brief description of selection criteria:

4C.1.2 Services Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in the Contract Notice.

4C.6 Qualifications - Bidders will be required to confirm that they and/or the service provider and 4C.6.1 their managerial staff, have the the relevant educational and professional qualifications listed below.

4D.1 Quality Management Procedures

4D.1 Health & Safety Procedures


Minimum level(s) of standards required:

4C.1.2 Services - Examples should demonstrate the bidder’s experiences of typical service delivery, including details of the number of children and young people who have accessed your service within the last six months for support. Reference should be made to how you have engaged with children and young people in rural communities. The examples should also describe and demonstrate your core values and principles and how these would apply to delivery of crisis support for children and young people.

4C.6 Qualifications:

100% of staff involved in the delivery of crisis support services must be registered with the appropriate regulatory body (BACP/COSCA)

100% of staff involved in the delivery of crisis support services must have completed within the last 6 months/or be willing to participate in the following training:

CBT or DBT

ASIST

Scottish Mental Health First Aid for young people

100% of staff involved in the delivery of crisis support services including those at first point of contact must hold a valid PVG certificate.

100% of staff involved in the delivery of crisis support services must be competent to work with children and young people who are presenting with suicide ideation and self-harm

Bidders are required to describe their arrangements for meeting these requirements.

4D.1 Quality Management Procedures

- The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),

OR

The bidder must have documented arrangements that the organisation has a system for monitoring quality management procedures on an on-going basis. The bidder’s organisation must be able to provide evidence of systematic, periodic review and improvement of quality in respect of output and general performance.

4D.1 Health and Safety Procedures

- The bidder must hold a UKAS (or equivalent), accredited independent third-party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum,

OR

- The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities of health and safety management and compliance with legislation.

The policy must cover lone working.

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 28/11/2023

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 28/11/2023

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

2-4 years time, dependent on requirements and budget availability, and whether the options available to extend the contract are exercised.

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Council’s other minimum requirements:

- Bidder must comply with the Council’s Information and Cyber Security Policy for Supply Chain, Partners, and Service Providers

- Bidders must have a Child Protection Policy

- Bidders must have a Adult Protection Policy

- Bidders must provide individual, quarterly, and annual reports as per PKC requirements and have the ability to submit quarterly reports regarding any complaints received.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25436. 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:

A Community Benefits question is included in the Quality assessment.

(SC Ref:748290)

VI.4) Procedures for review

VI.4.1) Review body

Perth Sheriff Court

Tay Streeet

Perth

PH2 8NL

UK

VI.5) Date of dispatch of this notice

26/10/2023


Information added to the notice since publication.

Additional information added to the notice since it"s publication.
No further information has been uploaded.
Main Contact: LPeoples@pkc.gov.uk
Admin Contact: N/a
Technical Contact: N/a
Other Contact: N/a

Commodity Categories

Commodity Categories
ID Title Parent Category
80000000 Education and training services Education

Delivery Locations

Delivery Locations
ID Description
100 UK - All

Alert Region Restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

Alert Region Restrictions
There are no alert restrictions for this notice.

Источник закупки

Перейти

Импорт - Экспорт по стране Великобритания (Англия, Шотландия, Уэльс)

Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

Экспорт Импорт

Еще тендеры и закупки за эти даты

28-10-2023 Supply of Coffee Shop and Café Solutions.

28-10-2023 65 (Physical Disability) .

28-10-2023 CITB Homebuilding Commission.

28-10-2023 Digital Services Framework Agreement.

28-10-2023 3.3KV SiC MOSFET devices fabrication.

28-10-2023 SEND .





Copyright © 2008-2025, TenderGURU
Все права защищены. Полное или частичное копирование запрещено.
При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
Электронная почта: info@tenderguru.ru
Многоканальный телефон 8-800-555-89-39
с любого телефона из любого региона для Вас звонок бесплатный!

Портал отображает информацию о закупках, публикуемых в сети интернет
и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя.
На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
которые нужны для статистики посещения ресурса.

Политика обработки персональных данных tenderguru.ru