Tender Details
Title

18/1006 Mental Health and Wellbeing Services 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 ... This is a lower-level community support which can be ...

Country
Language
English
Organization
Published Date
15.10.2024
Deadline Date
22.11.2024
Overview
18/1006 Mental Health and Wellbeing Services 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 ... This is a lower-level community support which can be ... Moray Council 18/1006 Mental Health and Wellbeing Services - Opportunity 18/1006 Mental Health and Wellbeing Services Moray Council F02: Contract notice Notice reference: 2024/S 000-033205 Published 15 October 2024, 5:03pm Watch this notice Newer publications F03. 2024/S 000-033296 Contents Open all one. Contracting authorityI. Contracting authorityPress escape key to exit two. Object (2 lots)II. Object (2 lots) Scope of the procurement Lot 2 Lower-level Community Support 18+ Years Lot 1 High-level Community Support 18-65 Years three. Legal, economic, financial and technical informationIII. Legal, economic, financial and technical information four. ProcedureIV. Procedure six. Complementary informationVI. Complementary information Download PDF version Share this notice Twitter LinkedIn Email Copy link Print this notice Report concerns about this procurement Section one: Contracting authoritySection I: Contracting authority one.1) Name and addressesI.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) CommunicationI.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 authorityI.4) Type of the contracting authority Regional or local authority one.5) Main activityI.5) Main activity General public services Section two: ObjectSection II: Object two.1) Scope of the procurementII.1) Scope of the procurement two.1.1) TitleII.1.1) Title 18/1006 Mental Health and Wellbeing Services Reference number 18/1006 two.1.2) Main CPV codeII.1.2) Main CPV code 85000000 - Health and social work services two.1.3) Type of contractII.1.3) Type of contract Services two.1.4) Short descriptionII.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 valueII.1.5) Estimated total value Value excluding VAT: £4,152,640 two.1.6) Information about lotsII.1.6) Information about lots This contract is divided into lots: Yes Tenders may be submitted for all lots two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Lot 2 Lower-level Community Support 18+ Years Lot No 2 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 85000000 - Health and social work services 85100000 - Health services two.2.3) Place of performanceII.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 procurementII.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 criteriaII.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 systemII.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 variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: No two.2.13) Information about European Union FundsII.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 informationII.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) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Lot 1 High-level Community Support 18-65 Years Lot No 1 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 85000000 - Health and social work services 85100000 - Health services two.2.3) Place of performanceII.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 procurementII.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 criteriaII.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 systemII.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 variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: No two.2.13) Information about European Union FundsII.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 informationII.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 informationSection III. Legal, economic, financial and technical information three.1) Conditions for participationIII.1) Conditions for participation three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersIII.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 standingIII.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 abilityIII.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 contractIII.2) Conditions related to the contract three.2.2) Contract performance conditionsIII.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. ProcedureSection IV. Procedure four.1) DescriptionIV.1) Description four.1.1) Type of procedureIV.1.1) Type of procedure Open procedure four.1.8) Information about the Government Procurement Agreement (GPA)IV.1.8) Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes four.2) Administrative informationIV.2) Administrative information four.2.1) Previous publication concerning this procedureIV.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 participateIV.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 submittedIV.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 tenderIV.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 tendersIV.2.7) Conditions for opening of tenders Date 22 November 2024 Local time 12:00pm Place Moraywide Section six. Complementary informationSection VI. Complementary information six.1) Information about recurrenceVI.1) Information about recurrence This is a recurrent procurement: No six.2) Information about electronic workflowsVI.2) Information about electronic workflows Electronic ordering will be used Electronic invoicing will be accepted Electronic payment will be used six.3) Additional informationVI.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 27504. 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:780562) six.4) Procedures for reviewVI.4) Procedures for review six.4.1) Review bodyVI.4.1) Review body Elgin Sheriff Court High Street elgin IV30 1BU Email elgin@scotcourts.gov.uk Telephone +44 1343563241 Country United Kingdom Back to top 1729786875 Support links About us Contact us Accessibility statement Terms and conditions Privacy notice Cookies Data and API All content is available under the Open Government Licence v3.0 except where otherwise stated. Notices are based on TED XML schema. © European Union, https://ted.europa.eu, 1998–2020 © Crown copyright Review services If you have any concerns about procurement practices, including late payment, you can contact a review service. The role of the services is to: provide a clear, structured and direct route for suppliers to raise concerns about public procurement practice offer feedback to enquirers on their concerns Find out more: England - Public Procurement Review Service Northern Ireland - CPD Supplier Charter Scotland - Single Point of Enquiry Wales - Supplier Feedback Service Close Saved to watched notices list This notice has been added to your watched notices list. Close Sign in to watch this notice To watch this notice, sign in to your account or register. You will need to find this notice again after signing in to watch it. Watching a notice means: It will be in your list of watched notices, so you can easily find it again You can choose to receive emails when it is updated or before it closes Close Confirm YesNo Session timeout Your session will time out soon You will be signed out of your account if you do not respond in 5 minutes. We do this to keep your information secure. 5 minutes remaining until you will be signed out. Continue session Sign out warning you will not be able to undo this action 18/1006 Mental Health and Wellbeing ServicesMoray Council  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 ... This is a lower-level community support which can be ...  Notice typeF02: Contract noticeClosing22 November 2024, 12:00pmContract locationUKM62 - Inverness & Nairn and Moray, Badenoch & StrathspeyTotal value £4,152,640 Publication date15 October 2024, 5:03pm
NAICS
Business All Other Professional Jewelry Other Direct Insurance (except Life Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Electric Power Transmission Regulation Religious Justice Other Professional Cookie Highway Turned Product and Screw Other Justice Regulation Highway Direct Insurance (except Life Executive Direct Life Jewelry Courts Executive Courts Highway Residential Intellectual and Developmental Disability Other Similar Organizations (except Business All Other Professional General Freight Trucking Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Professional Funds
CPVS
System, storage and content management software package Environmental management Mains Control, safety, signalling and light equipment Nuts Sections Lavatory seats, covers, bowls and cisterns Publications Control, safety or signalling equipment for inland waterways Frames Training, workout or aerobic services Other community, social and personal services Balances Control, safety or signalling equipment for parking facilities Command, control, communication systems Supports Control, safety or signalling equipment for port installations Command, control, communication and computer systems System, storage and content management software development services Watches Vats Sheets Pressure-reducing, control, check or safety valves Sheeting work Other services Posts Keys Envelopes Control, safety or signalling equipment for roads Envelopes, letter cards and plain postcards Radio, television, communication, telecommunication and related equipment Electronic, electromechanical and electrotechnical supplies Control, safety or signalling equipment for airports Plates, sheets, strip and foil related to construction materials Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Post Nuts Awards Business cases Watches Environmental management Single room Case making services Training, Technical: Crew Resource Management, Emergency Procedures, Dangerous Goods
Regions
Europe Northern Europe
Sectors
Building Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Postal and Courier Services Roads and Highways-Bridge Infrastructure Environmental Work Printing and Publishing Services Railways-Rail-Railroad Education and Training Defence and Security Electricity Construction Consultancy Energy-Power and Electrical Computer Hardwares and Consumables Industry Aviation Petroleum Products Electronics Building Material Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert