Social and other specific services – public contracts
Contract notice
Section I: Contracting
authority
I.1) Name and addresses
City of Edinburgh Council
Waverley court
Edinburgh
EH8 8BG
UK
Contact person: Anna Penman
E-mail: anna.penman@edinburgh.gov.uk
NUTS: UKM75
Internet address(es)
Main address: http://www.edinburgh.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
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
CT1168 Flexible Purchasing Framework opening - Accredited Pathways and Certified Counsellors and Therapists
II.1.2) Main CPV code
80000000
II.1.3) Type of contract
Services
II.1.4) Short description
The City of Edinburgh Council have created a Flexible Purchasing Framework (the Framework) which started on the 2nd April 2024. The Framework includes providers who are able to deliver services in line with the National Improvement Framework for Education.
The Framework will remain open to new applicants throughout the term. New applications to join the Flexible Purchasing Framework will only be evaluated periodically, in line with the Council’ requirements and capacity.
The vision for education in Edinburgh is to ensure excellence by raising attainment and improving outcomes through Accredited Pathways and Certified Counsellors and Therapists: ensuring that every child and young person achieves the highest standards in literacy and numeracy, as well as the knowledge and skills necessary to shape their future as successful learners, confident individuals, responsible citizens, and effective contributors.
The City of Edinburgh Council will realise this vision by achieving equity: ensuring every child and young person has the same opportunity to succeed, regardless of their background, social circumstances, additional needs or shared protected characteristics, with a particular focus on closing the poverty related attainment gap, and improving mental health and wellbeing.
In order to achieve this, The City of Edinburgh Council will work to reduce the Poverty Related Attainment Gap (PRAG) through a transdisciplinary approach. Delivery of excellence will be achieved via the Edinburgh Imperative, which has four key themes to support reduction of the PRAG: Attendance, Literacy & Numeracy, Pathways, Health and Wellbeing.
Collaboration and relationship building with partner providers is a key theme to support young people’s outcomes being at the heart of everything we do. Partner Providers will support schools to provide a service which ensures pupils receive high quality education which meets their needs, delivers improved educational outcomes and avoids exclusion.
The City of Edinburgh Council are encouraging a ‘Place Based’ approach to services and supports to families and young people. The intention is to develop comprehensive supports that are within 20minutes of any identified need.
II.1.5) Estimated total value
Value excluding VAT:
5 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.2) Description
Lot No: 1
II.2.1) Title
Accredited Pathways
II.2.2) Additional CPV code(s)
80000000
80100000
80110000
80200000
80300000
80340000
80400000
II.2.3) Place of performance
NUTS code:
UKM75
Main site or place of performance:
across the city of Edinburgh
II.2.4) Description of the procurement
Accredited Pathways services will support achievement of an accredited pathway/s.
For learners working within Early Level to Fourth Level the accreditation should align to the Benchmarks and or Experiences and Outcomes within the Curriculum for Excellence. For learners working within the Senior Phase the accreditation must be nationally recognised. For both categories, the Provider will work with referring schools to ensure recognised accreditation is achieved upon completion or discharge from a provider’s service, or in line with award dates.
The provision offered will extend the supports offered through the curriculum, complementing and expanding on what is already there.
We are looking to procure services which:
- Work in flexible and goal-orientated ways to complement the learner’s education, in partnership with their school.
- Address barriers to learning which can arise within the school community and as a result of additional support needs.
- Provide evidence of outcomes achieved.
- Enable the voices of learners and their families to shape the support provided and contribute to solutions.
- Offer accreditation.
- Work towards Health and Wellbeing experiences and outcomes, linked to the Curriculum for Excellence.
In partnership with the School, the Provider should be able to demonstrate inclusive practice and improved outcomes in an aspect of the Edinburgh Imperatives.
We want our future commissioned services to build on these strengths and to do the following:
- Work in strengths based, solution focussed and restorative manner.
- Demonstrate efficiencies, innovation and added value.
- Contribute to a wider learning culture within the partnership to improve outcomes.
- Provide sustainable best-value approaches.
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
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 Council consider this opportunity to be procured under the Light Touch Regime of Public Contracts (Scotland) Regulations 2015.
Lot No: 2
II.2.1) Title
Certified Counsellors and Therapists
II.2.2) Additional CPV code(s)
85312320
85311300
85312400
II.2.3) Place of performance
NUTS code:
UKM75
Main site or place of performance:
throughout the City of Edinburgh.
II.2.4) Description of the procurement
The Provider’s activity will support achievement of targets within the health and wellbeing pathway/s. Early Level to Fourth Level, the targets should align to the Benchmarks, and Experiences and Outcomes within the Curriculum for Excellence. In Senior Phase the targets must support achievement of accreditation within nationally recognised frameworks. For all learner phases, the Provider will work with referring schools to ensure recognised targets are achieved upon completion or discharge from a provider’s service, or in line with award dates.
The provision offered will extend the supports offered through the curriculum, complementing and expanding on what is already there.
We are looking to procure services which:
- Work in flexible and goal-orientated ways to complement the learner’s education, in partnership with their school.
- Address barriers to learning which can arise within the school community and as a result of additional support needs.
- Provide evidence of outcomes achieved.
- Enable the voices of learners and their families to shape the support provided and contribute to solutions.
- Work towards Health and Wellbeing experiences and outcomes, linked to the Curriculum for Excellence
- Work with Counsellors and Therapists who are certified with relevant qualifications and membership of Governing bodies
In partnership with the School, the Provider should be able to demonstrate inclusive practice and improved outcomes in an aspect of the Edinburgh Imperatives.
We want our future commissioned services to build on these strengths and to do the following:
- Work in strengths based, solution focussed and restorative manner.
- Demonstrate efficiencies, innovation and added value.
- Contribute to a wider learning culture within the partnership to improve outcomes.
- Provide sustainable best-value approaches.
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
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 Council consider this opportunity to be procured under the Light Touch Regime of Public Contracts (Scotland) Regulations 2015.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.4) Objective rules and criteria for participation
Economic operators may be excluded if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015
B ECONOMIC AND FINANCIAL STANDING:
4B.1.4 Financial Ratios 1.10
4B.5.1b Employer's liability insurance, limit of indemnity of not less than 5,000,000GBP
4B.5.2 Public liability insurance, limit of indemnity of not less than 2,000,000GBP
C TECHNICAL AND PROFESSIONAL ABILITY:
4C.4 Prompt Payment
4C.7 Climate Change
D QUALITY ASSURANCE SCHEMES:
4D.1 Health and Safety Procedures
4D.2 Disclosure
4D.3 Community Benefits
4D.4 Fair Work First
4D.5 National Regulatory Body (LOT 2 only)
More detail on each area can be found in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement
The procurement involves the establishment of a framework agreement
Justification for any framework agreement duration exceeding 4 years: This Contract Notice is used to advertise the Flexible Purchasing Framework under the Light Touch Regime with a term of 5 years. The Flexible Purchasing Framework will remain open to new applicants throughout the term. New applications to join the Flexible Purchasing Framework will only be evaluated periodically, in line with the Council’ requirements and capacity.
IV.1.11) Main features of the award procedure:
Approval of application to join the Flexible Purchasing Framework will be dependent on a Tenderers ability to satisfy all Mandatory Criteria as detailed in the Instructions to Tenderers document.
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-031677
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
30/03/2029
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Please Note: It is a mandatory requirement of this Flexible Purchasing Framework that a prompt payment clause is present in all Contracts used in the delivery of the requirements. This ensures payment of sub-contractors at all stages of the supply chain within 30 days and includes an obligation to provide a point of contact for sub-contractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance as well as the provision of evidence and reports to the Council on request or as contractually scheduled.
Please note: The information contained within this notice and attached documents is subject to further development and change. Should these changes take place an addendum will be attached to this notice.
Please note: The establishment of a Flexible Purchasing Framework will act as platform for the future procurement and as such is not a guarantee of any work or financial commitment.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 25160. 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:
As detailed in the Council’s Sustainable Procurement Policy, the Council is committed to maximising social, economic and environmental benefits through the delivery of Council contracts (known as ‘Community Benefits’).
The Council aims to secure community benefits from all contracts with a total value of 50,000GBP per annum and over.
(SC Ref:762436)
VI.4) Procedures for review
VI.4.1) Review body
Sheriff Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
A tenderer that suffers loss as a result of a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. The City of Edinburgh Council (the Council) will have a minimum standstill period of 10 days before awarding the contract. The communication of the award decision notice will be sent by fax or e-mail to all tenderers with the standstill period commencing on the next day. If proceedings are started in the Sheriff Court or the Court of Session against the Council in respect of the decision to award the contract within the standstill period then the Council is prevented from awarding the contract. Post contract award the Sheriff Court or the Court of Session may (1) award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose (2) be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the FTS or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.
VI.5) Date of dispatch of this notice
02/04/2024