Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Moray Council
High Street
Elgin
IV30 1BX
UK
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
18/0573 Adult Advocacy Services
Reference number: 18/0573
II.1.2) Main CPV code
85320000
II.1.3) Type of contract
Services
II.1.4) Short description
Adult Advocacy Services
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85320000
II.2.3) Place of performance
NUTS code:
UKM62
Main site or place of performance:
Moray
II.2.4) Description of the procurement
Health and Social Care Moray are looking to commission a new single contract for independent advocacy to enable a robust and consistent approach to advocacy across health and social care. This includes all adults who have a legal right to advocacy and allows for a relational, human rights based approach, taking into account the individual and their family or unpaid carer.
II.2.5) Award criteria
Criteria below:
Quality criterion: Service Implementation
/ Weighting: 15
Quality criterion: Build Relationships
/ Weighting: 10
Quality criterion: Key Legislation
/ Weighting: 10
Quality criterion: Promote Partnerships
/ Weighting: 10
Quality criterion: Overcome Barriers
/ Weighting: 10
Quality criterion: Meet Specification
/ Weighting: 15
Quality criterion: Social Benefits
/ Weighting: 5
Quality criterion: Sustainability Approach
/ Weighting: 5
Quality criterion: Presentation at HQ
/ Weighting: 20
Price
/ Weighting:
40
II.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:
2 x 12 month extensions will be considered at the end of the initial three (3) year contract period.
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
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 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:
Minimum level(s) of standards 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: GBP 5,000,000
Public Liability: GBP 5,000,000
III.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 required:
Minimum number of relevant examples: three (3) projects of a similar size/scope;
Requirement: Within the past three (3) years.
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.2.2) Time limit for receipt of tenders or requests to participate
Date:
03/11/2023
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:
03/11/2023
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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
Exclusion Grounds
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.
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 buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25234. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:727035)
(SC Ref:745684)
VI.4) Procedures for review
VI.4.1) Review body
Elgin Sheriff Court
Sheriff Courthouse, High Street
Elgin
IV30 IBU
UK
Telephone: +44 343542505
E-mail: elgin@scotcourts.gov.uk
Internet address(es)
URL: https://scotcourts.gov.uk/
VI.5) Date of dispatch of this notice
28/09/2023