Services - 182390-2021

13/04/2021    S71

United Kingdom-Greenock: Counselling services

2021/S 071-182390

Modification notice

Modification of a contract/concession during its term

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority/entity

I.1)Name and addresses
Official name: Inverclyde Council
Postal address: Corporate Procurement, Municipal Buildings, Clyde Square
Town: Greenock
NUTS code: UKM83 Inverclyde, East Renfrewshire and Renfrewshire
Postal code: PA15 1LX
Country: United Kingdom
E-mail: kirsty.munro@inverclyde.gov.uk
Telephone: +44 1475712364
Internet address(es):
Main address: http://www.inverclyde.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00168

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Service for the Provision of a School Age Counselling Service

Reference number: CP0364/HSCP
II.1.2)Main CPV code
85312320 Counselling services
II.1.3)Type of contract
Services
II.2)Description
II.2.2)Additional CPV code(s)
85312320 Counselling services
85312300 Guidance and counselling services
II.2.3)Place of performance
NUTS code: UKM83 Inverclyde, East Renfrewshire and Renfrewshire
II.2.4)Description of the procurement at the time of conclusion of the contract:

Inverclyde council on behalf of Inverclyde Health and Social Care Partnership (HSCP) and in conjunction with Inverclyde Council’s Education Service seeking a provider to deliver a new service for the provision of an early help service to promote and improve the mental health, emotional resilience and wellbeing of children and young people who are negatively affected or are at risk of being affected by poor mental health. This will be a counselling service delivered predominantly in schools, but also where necessary in homes and community settings, to support children and young people aged 5 to 18 years.

II.2.7)Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months: 36
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no

Section IV: Procedure

IV.2)Administrative information
IV.2.1)Contract award notice concerning this contract
Notice number in the OJ S: 2020/S 064-154355

Section V: Award of contract/concession

Contract No: CP0364/HSCP
Title:

Service for the Provision of a School Age Counselling Service

V.2)Award of contract/concession
V.2.1)Date of conclusion of the contract/concession award decision:
14/07/2020
V.2.2)Information about tenders
The contract/concession has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor/concessionaire
Official name: Action for Children Services Ltd
Postal address: 3 The Boulevard (Company Registered Address), Ascot Road
Town: Watford, Hertfordshire
NUTS code: UKM Scotland
Postal code: WD18 8AG
Country: United Kingdom
Telephone: +44 1415509010
The contractor/concessionaire is an SME: no
V.2.4)Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)
Total value of the procurement: 1 163 888.00 GBP

Section VI: Complementary information

VI.3)Additional information:

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Insurance (ESPD 4B):

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract,

The types and levels of insurance as indicated below:

Employer’s (compulsory) liability insurance = GBP 5 million

Public liability = GBP 10 million including an indemnity against abuse claims with no inner limit

ESPD 4C Sub-contractors

Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

ESPD 4D 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 hold the information contained in the buyer attachment area in PCS-T (file name ‘Contract Notice Additional Information’)

Health and safety

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 hold the information contained in the buyer attachment area in PCS-T (file name ‘Contract Notice Additional Information’) ESPD Health and Safety.

The bidder must hold UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or

Equivalent) or a valid EMAS (or equivalent) certificate OR hold the information contained in the buyer attachment area in PCS-T (file Name ‘Contract Notice Additional Information’)

Technical envelope 2.4 Part A: Child Protection Policy

The bidder must have a documented Child Protection Policy that fully meets the Protection of The Children (Scotland) Act 1995, the Children’s Hearings (Scotland) Act 2011 and Children and Young People (S) Act 2014 and the guidance in Protecting Children and Young People: The Charter (Scottish Executive, 2004).

Technical Envelope 2.5 Part A: Complaints Procedure

The bidder must comply with Inverclyde Council`s Complaints Handling Procedure.

Technical Envelope 2.6 Part A: Data Protection, Data Retention and Secure Destruction

The bidder must demonstrate appropriate compliance with the Data Protection Laws for Data Protection, Data Retention and Secure Destruction by providing a copy of their Policy/Policies.

It will also be a condition of contract that Tenderers comply with Inverclyde Council's General Conditions of Contract, Special Conditions of Contract, Specification and Appendices, Contract Information for Tenderers and enter into a Data Sharing Agreement with Inverclyde Council.

(SC Ref:647705)

VI.4)Procedures for review
VI.4.1)Review body
Official name: Greenock Sheriff Court and Justice of the Peace Court
Postal address: Sheriff Court House, 1 Nelson Street
Town: Greenock
Postal code: PA15 1TR
Country: United Kingdom
VI.5)Date of dispatch of this notice:
08/04/2021

Section VII: Modifications to the contract/concession

VII.1)Description of the procurement after the modifications
VII.1.1)Main CPV code
85312320 Counselling services
VII.1.2)Additional CPV code(s)
85312300 Guidance and counselling services
VII.1.3)Place of performance
NUTS code: UKM83 Inverclyde, East Renfrewshire and Renfrewshire
VII.1.4)Description of the procurement:

The original contract was for a new counselling service for the provision of an early help service to promote and improve the mental health, emotional resilience and wellbeing of children and young people who are aged between 5 to 18 years and are negatively affected or are at risk of being affected by poor mental health. The modification is for a period of 12 months to provide additional funding to support children and young people to re-engage with school and learning and to provide a dedicated early help community phone and text service outwith school hours, particularly during the Covid-19 pandemic.

VII.1.5)Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months: 12
VII.1.6)Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession: 180 000.00 GBP
VII.1.7)Name and address of the contractor/concessionaire
Official name: Action for Children
Postal address: 3 The Boulevard, Ascott Road
Town: Watford
NUTS code: UK United Kingdom
Postal code: WD18 8AG
Country: United Kingdom
Telephone: +44 000000
Fax: +44 00000
The contractor/concessionaire is an SME: no
VII.2)Information about modifications
VII.2.1)Description of the modifications
Nature and extent of the modifications (with indication of possible earlier changes to the contract):

The original contract was for a new counselling service for the provision of an early help service to promote and improve the mental health, emotional resilience and wellbeing of children and young people who are aged between 5 to 18 years and are negatively affected or are at risk of being affected by poor mental health. The modification is for a period of 12 months to provide additional funding to support children and young people to re-engage with school and learning and to provide a dedicated early help community phone and text service outwith school hours, particularly during the Covid-19 pandemic.

VII.2.2)Reasons for modification
Need for additional works, services or supplies by the original contractor/concessionaire (Art. 43(1)(b) of Directive 2014/23/EU, Art. 72(1)(b) of Directive 2014/24/EU, Art. 89(1)(b) of Directive 2014/25/EU)
Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:

To increase the service capability and capacity in relation to supporting children and young people to re-engage with learning and school and to offer a dedicated early help community phone and text service outwith school hours, particularly to promote and improve the mental health, emotional resilience and wellbeing of children and young people who are aged between 5 to 18 years and are negatively affected or at risk of being affected by poor mental health during the Covid-19 pandemic.

Using the existing structure of this newly created service is deemed best VFM and the best way to provide a holistic service to children and young people negatively affected or at risk of being affected by poor mental health.

This modification falls within the scope of Regulation 72 (1) (b) of the Public Contracts (Scotland) Regulations 2015.

VII.2.3)Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in the case of Directive 2014/23/EU, average inflation in the Member State concerned)
Value excluding VAT: 1 163 888.00 GBP
Total contract value after the modifications
Value excluding VAT: 1 343 888.00 GBP