Tender

18/0826 Support for Unpaid Carers

  • Moray Council

F02: Contract notice

Notice identifier: 2023/S 000-026588

Procurement identifier (OCID): ocds-h6vhtk-03fb21

Published 8 September 2023, 10:56am



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

18/0826 Support for Unpaid Carers

Reference number

18/0826

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

The service provider will offer general carer support for all carers within Moray, through an information and advice service, adult carer support plans, young carers statements, reviews, short breaks / respite from the caring role, carer training, carer awareness / promotion and through having an awareness of local Self-Directed Support guidance.

two.1.5) Estimated total value

Value excluding VAT: £1,977,590

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

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

Moray Wide

two.2.4) Description of the procurement

The service provider will offer general carer support for all carers within Moray, through an information and advice service, adult carer support plans, young carers statements, reviews, short breaks / respite from the caring role, carer training, carer awareness / promotion and through having an awareness of local Self-Directed Support guidance.

two.2.5) Award criteria

Quality criterion - Name: Service implementation / Weighting: 10

Quality criterion - Name: Aims, Objectives & Outcomes / Weighting: 20

Quality criterion - Name: Service Across Moray / Weighting: 10

Quality criterion - Name: Capacity Management / Weighting: 10

Quality criterion - Name: Staffing / Weighting: 10

Quality criterion - Name: Service Promotion / Weighting: 10

Quality criterion - Name: Service Availability / Weighting: 10

Quality criterion - Name: Volumes / Weighting: 10

Quality criterion - Name: Added Value / Weighting: 5

Quality criterion - Name: Sustainability / Weighting: 5

Price - Weighting: 30

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

Optional extensions of 2x12 month period

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

OJEU notice:

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

Bidders will be required to have a minimum “general” yearly turnover of 800,000 GBP for the last Three years

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 or 3 audited financial statements as evidence of their compliance to meet their statutory obligations.

Bidders will be required to have in place by the start of the contract, relevant insurances as listed below

Minimum level(s) of standards possibly required

Bidders will be required to have a minimum “general” yearly turnover of 800,000 GBP for the last Three years

Bidders will be required to have in place by the start of the contract, relevant insurances as listed below:

Public Liability insurance of 5,000,000 FIVE MILLION Pounds

EmployersLiability insurance of 5,000,000 FIVE MILLION Pounds

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies 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

Minimum number of relevant examples: 3 examples of projects of a similar scope and size

Requirement: 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

20 October 2023

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

20 October 2023

Local time

12:00pm

Place

Online PCS-Tender Portal


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 buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25117. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

Bidders will be required to confirm the community benefits offered as part of this service

(SC Ref:743951)

six.4) Procedures for review

six.4.1) Review body

Elgin Sherriff Court

Sheriff Courthouse, High Street

elgin

IV30 1BU

Email

elgin@scotcourts.gov.uk

Telephone

+44 343542505

Country

United Kingdom

Internet address

https://scotcourts.gov.uk/