18/0411 Provision of Counselling in Moray Schools

A Contract Award Notice
by MORAY COUNCIL

Source
Find a Tender
Type
Contract (Services)
Duration
3 year (est.)
Value
£795K
Sector
HEALTH
Published
15 Mar 2021
Delivery
To 18 Mar 2024 (est.)
Deadline
n/a

Concepts

Location

Elgin

Geochart for 2 buyers and 1 suppliers

2 buyers

1 supplier

Description

The Council is seeking to appoint an external Service Provider that is experienced and appropriately qualified to implement and deliver a counselling service for children and young people aged 10 years and over (up to and including young people aged 18 years) that is embedded within a whole system approach to supporting mental health and wellbeing, including whole school and early intervention approaches.

Total Quantity or Scope

The counselling service will be a universally accessible service and should be available to secondary school pupils (primarily), and pupils aged 10 and over in our primary schools. The service should complement the range of whole-school and targeted approaches already available in schools to help support the mental, emotional, social and physical wellbeing of children and young people.

Award Detail

1 Therapeutic Counselling Services (Coatbridge)
  • Reference: 18/0411
  • Num offers: 5
  • Value: £795,000
  • Contractor is an SME.

Award Criteria

Quality 80.0
Cost 20.0

CPV Codes

  • 85312320 - Counselling services

Indicators

  • Award on basis of price and quality.

Other Information

Please note: questions will not be answered within the following period 23/12/2020 - 05/01/2021 due to festive period. 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 2. The bidder must have the following: a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. b. Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder’s quality management is effective in reducing/preventing incidents of sub-standard delivery, this must include the quality of output and general performance. Health and Safety Procedures 3. 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, 4a 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. (SC Ref:647547)

Reference

Domains