Section one: Contracting authority
one.1) Name and addresses
Moray Council
High Street
Elgin
IV30 1BX
Telephone
+44 1343563137
Country
United Kingdom
NUTS code
UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Internet address(es)
Main address
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
Telephone
+44 343542505
Country
United Kingdom