Tender

18/1016 Mental Health and Wellbeing Services

  • Moray Council

F02: Contract notice

Notice identifier: 2024/S 000-033335

Procurement identifier (OCID): ocds-h6vhtk-04acb7

Published 16 October 2024, 11:56am



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

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

Email

elgin@scotcourts.gov.uk

Telephone

+44 1343563241

Country

United Kingdom