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
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
18/1016 Mental Health and Wellbeing Services
Reference number
18/1016
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 council is going out to tender for a contract to provide Mental Health Services in Moray, this tender will be divided into two lots:
Lot 1 – High-level Community Support 18-65 years
Lot 2 – Lower-level Community Support 18+ years
two.1.5) Estimated total value
Value excluding VAT: £4,152,640
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 High-level Community Support 18-65 Years
Lot No
1
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
- 85100000 - Health 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
This is an intensive recovery service which also provides high level community support and a recovery outreach service. It is for those requiring support through secondary care. There are currently 1408 people open to receive adult secondary care services. But this is not the number expected to be supported within this lot. The service volume for Lot 1 is approximately 500 hours per week of support.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80%
Cost criterion - Name: Price / Weighting: 20%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
2 x 12 months extensions available
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.
two.2) Description
two.2.1) Title
Lot 2 Lower-level Community Support 18+ Years
Lot No
2
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
- 85100000 - Health 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
This is a lower-level community support which can be accessed via direct access self-referral or via the health and well-being practitioners.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80%
Cost criterion - Name: Price / Weighting: 20%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
2 x 12 months extensions available
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 must be registered 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.
Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications:
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
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.
The qualifications required are as per SSSC reg requirements
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Safeguarding Policy
Complaints Procedure
Business Continuity
A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the bidder’s environmental emergency response procedures, including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control).
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 000-240812
four.2.2) Time limit for receipt of tenders or requests to participate
Date
22 November 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
22 November 2024
Local time
12:00pm
Place
Moraywide
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 Moray Council are a full member 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 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:
The services for each lot can allow for a small percentage of sub-contracting but its not mandatory and may not be needed or required
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:
Moray Council have included a technical question regarding community benefits.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27807. 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:
The services for each lot can allow for a small percentage of sub-contracting but its not mandatory and may not be needed or required
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:
We have included a question in the technical envelope around community benefits.
(SC Ref:780754)
six.4) Procedures for review
six.4.1) Review body
Elgin Sheriff Court
High Street
elgin
IV30 1BU
Telephone
+44 1343563241
Country
United Kingdom