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
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
18/0790 Community Based Youth and Family Services
Reference number
18/0790
two.1.2) Main CPV code
- 85300000 - Social work and related services
two.1.3) Type of contract
Services
two.1.4) Short description
Help children and young people 10-18 years achieve their full potential and to help them develop important life skills through non-formal educational activities. The service will also help them to gain a better understanding of themselves, others and society by providing a safe, non-judgemental and nurturing environment.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85310000 - Social work services
- 85000000 - Health and social work services
- 85311300 - Welfare services for children and young people
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
This service will provide support to children who are voluntarily involved with services and children who are looked after, care experienced, within the child protection planning process and those children and young people who are identified through the child planning process as being on the edge of care. The service will also support parents and carers of the children / young people referred.
The service provider will deliver;
- an individual / one-to-one advice and guidance service,
- intensive crisis support to be agreed on a case by case basis,
- work with children / young people early help, who are on the edge of intensive support through one to one work or group sessions (if appropriate),
- group work sessions in respect of emerging needs e.g. gender orientation, health, sexual or mental health and wellbeing, social skills etc. to be agreed in advance with the area and service managers. Group work sessions should be available in a local base and facilitated at a time that meet the needs of the children, young people and their families.
- a family work service which the focus and frequency will be agreed in advance through the identification of outcomes for each individual and confirmed at a monthly Youth & Family Services Resource Panel meeting,
- the service will provide support for children and young people in their attendance at formal meetings and also where appropriate advocate for them,
- children and young people accessing this service will be supported to join activities in the wider community and make use of resources available to the public e.g. swimming pool, parks and where gaps are identified to create as part of the service provision etc.
- a parenting programme to promote, develop and strengthen the relationships between parents and their children, in order to improve outcomes relating to families remaining together.
- look to create programmes of support through the school holidays to sustain positive working relationships with young people and provide a range of activities either in groups or one to one,
- A support to children and young people as they negotiate key life transitions e.g. a move from family home to become looked after or a move back to the family home, a move from primary to High School, a move from High School to Further Education, training and employment.
two.2.5) Award criteria
Quality criterion - Name: Quality Criteria / Weighting: 70
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
Term subject to 2 x Optional 12 month extensions. Renewals/extensions will be considered at the end of the initial contract 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
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
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.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders will be required to have a minimum average yearly turnover of 620,636 GBP for the last 3 years
Minimum level(s) of standards possibly required
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 confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:
Employer's (Compulsory) Liability: 5M GBP
Public Liability: 5M GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders will be required to provide examples of works 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 similar projects 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
6 February 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
6 February 2023
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 Moray Council are an associate partner 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 buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23104. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:717072)
six.4) Procedures for review
six.4.1) Review body
Elgin Sheriff Court
Sheriff Courthouse, High Street
Elgin
IV30 1BU
Telephone
+44 343542505
Country
United Kingdom