Tender

Parkholme Care Home Service in Moray

  • Moray Council

F02: Contract notice

Notice identifier: 2024/S 000-019705

Procurement identifier (OCID): ocds-h6vhtk-047319

Published 27 June 2024, 3:37pm



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

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

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

Parkholme Care Home Service in Moray

Reference number

18/1009

two.1.2) Main CPV code

  • 85144100 - Residential nursing care services

two.1.3) Type of contract

Services

two.1.4) Short description

Parkholme requires to provide a 24 hour service for a small number of adults with complex physical and learning disabilities. This includes accommodation, care and support and clinical oversight on an individual basis, in accordance with the outcomes and assessed needs detailed in the support plan, and agreed with the individual and their Guardian. This Care Home setting must be managed in accordance with the National Care Standards http://www.nationalcarestandards.org/ and national quality outcomes including but not limited to the National Health and Wellbeing Outcomes. Individuals that live in Parkholme require to be supported to achieve outcomes out with the care home setting and there is an expectation that they will receive a variety of 1:1, group and background support including overnight whereby two staff members will be required to respond when needed. Parkholme is a well established Care Home in Moray and the building is owned by a Housing Association.

two.1.5) Estimated total value

Value excluding VAT: £4,224,870

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85144100 - Residential nursing care services

two.2.3) Place of performance

NUTS codes
  • UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey

two.2.4) Description of the procurement

As detailed in the procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Person Centered and Engaging Day Service / Weighting: 20

Quality criterion - Name: Rota Management / Weighting: 15

Quality criterion - Name: Care Home Legislation / Weighting: 15

Quality criterion - Name: Added Value / Weighting: 10

Quality criterion - Name: Carbon Footprint / Weighting: 5

Quality criterion - Name: Presentation / Weighting: 35

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £4,224,870

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

2 x 1 year extension

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

two.2.14) Additional information

The value of this contract is calculated a budget of 844972.00 GBP over a period of 5 years.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

All workers should hold their SSSC registration and all organisations should be registered with the care inspectorate.

three.1.2) Economic and financial standing

List and brief description of selection criteria

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.

Minimum level(s) of standards possibly required

The bidder is required to provide a copy of the last 2 or 3 audited financial statements as evidence of their compliance to meet their statutory obligations.

Employer's (Compulsory) Liability: 10,000,000 GBP (TEN MILLION POUNDS STERLING)

Public Liability: 10,000,000 GBP (TEN MILLION POUNDS STERLING)

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders will be required to provide examples of works carried out in the past three years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.

Minimum level(s) of standards possibly required

Bidders will be required to provide evidence and examples of at least 3 examples of works of a similar size and nature within the past 3 years


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

Date

23 August 2024

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

23 August 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

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.

The Moray Council are a full member in the Supplier Development Programme http://www.sdpscotland.co.uk/home.aspx which provides a range of specialist business support activities including the provision of advice, information and training support including webinars with the aim of assisting businesses to become more capable of accessing and competing for public sector contracts.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 55393. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

Not applicable, no sub-contracting.

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:

Moray Council have included a technical question regarding community benefits.

(SC Ref:770044)

six.4) Procedures for review

six.4.1) Review body

Elgin Sheriff Court

Sheriff Courthouse, High Street

Elgin

IV30 1BU

Email

elgin@scotcourts.gov.uk

Telephone

+44 343542505

Country

United Kingdom