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
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
Advocacy Services for Children
Reference number
18/0532
two.1.2) Main CPV code
- 85311300 - Welfare services for children and young people
two.1.3) Type of contract
Services
two.1.4) Short description
Provision of Advocacy Service to Children and Young People in Moray
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79112000 - Legal representation services
- 79100000 - Legal 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
Moray Council has made a commitment to #keepthepromise and require a bespoke and creative advocacy service to ensure the voices of our children and young people are heard throughout the complex processes which involve them. We want to ensure the voice of the children is heard in order to make informed decisions on matters which impact their lives, influence decision making by any person able to make decisions on their behalf and to inform our service developments.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery Model / Weighting: 20
Quality criterion - Name: Expected Outcomes / Weighting: 10
Quality criterion - Name: Meeting the aims / Weighting: 20
Quality criterion - Name: Best Practice and Legislation / Weighting: 5
Quality criterion - Name: Ensuring Practice is Relational / Weighting: 5
Quality criterion - Name: Capacity / Weighting: 5
Quality criterion - Name: Measurement of Outcomes / Weighting: 10
Quality criterion - Name: Providing a Service Equally / Weighting: 5
Quality criterion - Name: Overcoming Barriers / Weighting: 5
Quality criterion - Name: Service Implementation Plan / Weighting: 5
Quality criterion - Name: Meeting the expectations of the Young People in Moray / Weighting: 10
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
14 October 2022
End date
13 October 2025
This contract is subject to renewal
Yes
Description of renewals
2 x 12 month extentions
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
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.
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.2.1 - The Bidder should provide its (“specific”) yearly turnover for the number of financial years specified in the relevant Contract Notice:
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:
Description of the economic or financial requirements: 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
Bidders will be required to have a minimum “specific” yearly turnover of 91000 GBP for the last 3 years
Employer's (Compulsory) Liability: 5M GBP
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.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders will be required to provide 3 examples of similar works carried out in the past five years that demonstrate that they have the relevant experience to deliver 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 similar projects within the past 5 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
13 September 2022
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
13 September 2022
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
Exclusion Grounds
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 statement for sub-threshold (Site) notices:
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.
The Moray Council are an associate partner 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 21974. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:701981)
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