Tender

Advocacy Services for Children

  • Moray Council

F02: Contract notice

Notice identifier: 2022/S 000-021124

Procurement identifier (OCID): ocds-h6vhtk-035842

Published 2 August 2022, 2:29pm



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

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

Email

elgin@scotcourts.gov.uk

Telephone

+44 343542505

Country

United Kingdom

Internet address

http://www.moray.gov.uk