Section one: Contracting authority
one.1) Name and addresses
Moray Council
High Street
Elgin
IV30 1BX
Contact
Lindsey Eley
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
Children’s Residential Services
Reference number
18/1084
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
Moray Council seek to enter into a contractual agreement with a provider for the provision of residential care services for up to eight children and / young people within the geographical area of Moray. The main purpose of the service is to deliver residential care as a positive experience to children and young people who are looked after and accommodated by Moray Council. The service must be consistent with The Promise in providing a safe, secure, caring and loving environment for children and young people to grow and develop within.
The provider should be committed to The Promise and have aligned policies, strategies and practice to inform change, where required to ensure children, young people and families are at the centre. The principles of “Getting it Right for Every Child (GIRFEC)” are paramount to successful delivery of this service.
The provider will be able to deliver;
- In the locality of Moray
- A trauma informed service
- Proactive recognition, planning and effective use of tools to minimise behaviours that potentially put young people and others at risks, and the potential for exploitation
- Proactive support, maintaining and establishing positive connections with families and friends in maintaining lifelong connections
- Transition support in order to enhance all areas of young people’s life
- Working collaboratively to support the local authority to return young people from residing out of area
- Working collaboratively with the local authority to achieve the best possible outcomes
two.1.5) Estimated total value
Value excluding VAT: £6,614,380
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
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
As per the tender docuements
two.2.5) Award criteria
Quality criterion - Name: Service Implementation / Weighting: 15
Quality criterion - Name: Aims, Objectives & Outcomes / Weighting: 15
Quality criterion - Name: Minimising Risky Behaviours and the Potential for Exploitation / Weighting: 20
Quality criterion - Name: Maintaining and Sustaining Relationships / Weighting: 15
Quality criterion - Name: Responsible and Included / Weighting: 15
Quality criterion - Name: Respected / Weighting: 15
Quality criterion - Name: Added Value / Weighting: 5
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £6,614,380
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
1 x 24 month 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
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Bidders should be registered as a care home for children and young people 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 confirmation, 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: 5,000,000 GBP (FIVE MILLION POUNDS STERLING)
Public Liability: 5,000,000 GBP (FIVE 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 work 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 work 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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-026715
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 October 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
28 October 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 buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27590. 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.
The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:
Moray Council have included a technical question regarding added value.
(SC Ref:777966)
six.4) Procedures for review
six.4.1) Review body
Elgin Sheriff Court
High Street
Elgin
IV30 1SD
Telephone
+44 1343563241
Country
United Kingdom