PKC12590 Crisis Support Services for Children and Young People within Perth and Kinross (Великобритания (Англия, Шотландия, Уэльс) - Тендер #47538779) | ||
| ||
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: Государственные закупки Уэльса (часть Соединённого Королевства Великобритании и Северной Ирландии) |
||
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. |
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
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/
Regional or local authority
General public services
PKC12590 Crisis Support Services for Children and Young People within Perth and Kinross
Reference number: PKC12590
II.1.2) Main CPV code80000000
II.1.3) Type of contractServices
II.1.4) Short descriptionPerth 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 valueValue excluding VAT: 144 000.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: No
80000000
II.2.3) Place of performanceNUTS 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 procurementThis service will provide access to crisis support services children and young people across Perth and Kinross.
II.2.5) Award criteriaCriteria below:
Quality criterion: Quality / Weighting: 70
Price / Weighting: 30
II.2.6) Estimated valueValue excluding VAT: 144 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration 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 variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationThe contract value in the notice is based on the initial two year term only.
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 abilityList 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.
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: Yes
Date: 28/11/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.6) Minimum time frame during which the tenderer must maintain the tenderDuration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tendersDate: 28/11/2023
Local time: 12:00
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.
Electronic invoicing will be accepted
Electronic payment will be used
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)
Perth Sheriff Court
Tay Streeet
Perth
PH2 8NL
UK
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 |
ID | Title | Parent Category |
---|---|---|
80000000 | Education and training services | Education |
ID | Description |
---|---|
100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region RestrictionsThere are no alert restrictions for this notice. |