Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Moray Council
High Street
Elgin
IV30 1BX
UK
Contact person: Lindsay Nelson
Telephone: +44 1343563137
E-mail: procurement@moray.gov.uk
NUTS: UKM62
Internet address(es)
Main address: http://www.moray.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00160
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
18/1123 Community Mental Health & Wellbeing Services for Children and Young People in Moray
Reference number: 18/1123
II.1.2) Main CPV code
85300000
II.1.3) Type of contract
Services
II.1.4) Short description
The Council is committed to the provision of community-based support and services for children, young people and their families to improve their mental health and wellbeing (MHWB). The aims are for children & young people to get the help they need, at the right time and place from people with the right knowledge, skills and experience to support them. This will be available in the form of easily accessible support in their local areas.
II.1.5) Estimated total value
Value excluding VAT:
760 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKM62
II.2.4) Description of the procurement
The aim is to provide additionality to universal services, with a focus on prevention and early intervention, targeting issues around mental wellbeing and emotional distress rather than mental illness or needs that are appropriately met through clinical services such as Child and Adolescent Mental Health Services (CAMHS) or adult mental health services for those aged 18 and over. The support/services are for those aged 5-24 (26 for care experienced).
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 90
Price
/ Weighting:
10
II.2.6) Estimated value
Value excluding VAT:
760 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
1+1 year
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
- 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.
- 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.
Minimum level(s) of standards required:
- Professional Risk Indemnity: five million pounds
Employer's (Compulsory) Liability: five million pounds
Public Liability: five million pounds
- 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.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies 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 required:
Min number of relevant examples: one
Requirement: Service of a similar size and nature. If your solution includes a licensed product, please provide details including staff training and implementation.
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-000587
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
12/08/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
12/08/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
By end of year 2
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29541. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:802767)
VI.4) Procedures for review
VI.4.1) Review body
Elgin Sheriff Court
Sheriff Courthouse, High Street
Elgin
IV30 1BU
UK
Telephone: +44 03343542505
E-mail: elgin@scotcourts.gov.uk
VI.5) Date of dispatch of this notice
30/06/2025