Tender

Children’s Residential Services

  • Moray Council

F02: Contract notice

Notice identifier: 2024/S 000-029504

Procurement identifier (OCID): ocds-h6vhtk-0492ae

Published 16 September 2024, 9:20am



Section one: Contracting authority

one.1) Name and addresses

Moray Council

High Street

Elgin

IV30 1BX

Contact

Lindsey Eley

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

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

Email

elgin@scotcourts.gov.uk

Telephone

+44 1343563241

Country

United Kingdom