Tender

18/0407 Provision of Mental Health Tier 2 Service to Children & Young People

  • Moray Council

F02: Contract notice

Notice identifier: 2021/S 000-004614

Procurement identifier (OCID): ocds-h6vhtk-029977

Published 8 March 2021, 2:56pm



Section one: Contracting authority

one.1) Name and addresses

Moray Council

High Street

Elgin

IV30 1BX

Email

procurement@moray.gov.uk

Telephone

+44 1343563137

Country

United Kingdom

NUTS code

UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey

Internet address(es)

Main address

http://www.moray.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00160

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

18/0407 Provision of Mental Health Tier 2 Service to Children & Young People

Reference number

18/0407

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

Funded through the Scottish Government for an initial period of 2 years, the council and the third sector will work together to deliver services for children and young people aged 5-24 years (26 for care experienced young people). The service/s will be based on what children and young people have said will make a difference for them and will align with the Moray Children`s Services Plan 2020 – 2023, Moray’s Mental Health Strategy (2016 to 2026) and the Community Mental Health and Wellbeing Supports and Services Framework.

The Moray model incorporates the theme of “Nurturing Moray” and focus on early intervention and prevention as well as providing a quality assured single point of access, needs led Tier 2 Mental Health Service that is child and family focused and community based.

two.1.5) Estimated total value

Value excluding VAT: £825,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85100000 - Health services
  • 85323000 - Community health services

two.2.3) Place of performance

NUTS codes
  • UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Main site or place of performance

Moray

two.2.4) Description of the procurement

Funded through the Scottish Government for an initial period of 2 years, the council and the third sector will work together to deliver services for children and young people aged 5-24 years (26 for care experienced young people). The service/s will be based on what children and young people have said will make a difference for them and will align with the Moray Children`s Services Plan 2020 – 2023, Moray’s Mental Health Strategy (2016 to 2026) and the Community Mental Health and Wellbeing Supports and Services Framework.

The Moray model incorporates the theme of “Nurturing Moray” and focus on early intervention and prevention as well as providing a quality assured single point of access, needs led Tier 2 Mental Health Service that is child and family focused and community based.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Cost criterion - Name: Cost / Weighting: 20

two.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

Possibly 2023

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

4B.5.1 - The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:

4B.6 - Concerning any other economic or financial requirements, that may have been specified in the relevant Contract Notice, the bidder declares that:

Minimum level(s) of standards possibly required

4B.5.1 - Employer's (Compulsory) Liability: = 5 Million GBP

Public Liability: = 5 Million GBP

Product Liability: = 5 Million GBP

4B.6 - The bidder is required to confirm that (to the best of their knowledge) there are no material post balance sheet events or other business issues arising since the date of the last audited financial statements that materially impact the economic and financial standing of the economic operator.

Where the operator is not able to make such a conformation, full details of the relevant events shall be provided along with an explanation of the expected impact on the bidders economic and financial standing.

The bidder is required to provide a copy of the last 2 audited financial statements as evidence of their compliance to meet their statutory obligations.

three.1.3) Technical and professional ability

List and brief description of selection criteria

4C.1 - Please provide relevant examples of works carried out in the past 3 years

Minimum level(s) of standards possibly required

4C.1 - Bidders will be required to provide 3 examples that demonstrate that they have the relevant experience of implementing a similar service model carried out in the past three years

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

1 The Bidder must hold a 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

2. The bidder must have the following:

a. A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the bidder’s environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control).


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 209-511787

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

Date

14 April 2021

Local time

12:00pm

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

English

four.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)

four.2.7) Conditions for opening of tenders

Date

14 April 2021

Local time

12:00pm

Place

Moray


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2023

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

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.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18036. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:646348)

six.4) Procedures for review

six.4.1) Review body

Elgin Sheriff Court

Sheiff Courthouse, High Street

Elgin

IV30 1BU

Email

elgin@scotcourts.gov.uk

Telephone

+44 343542505

Country

United Kingdom