Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Parkholme Care Home Service in Moray

  • First published: 28 June 2024
  • Last modified: 28 June 2024
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-047319
Published by:
Moray Council
Authority ID:
AA20981
Publication date:
28 June 2024
Deadline date:
23 August 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Parkholme requires to provide a 24 hour service for a small number of adults with complex physical and learning disabilities. This includes accommodation, care and support and clinical oversight on an individual basis, in accordance with the outcomes and assessed needs detailed in the support plan, and agreed with the individual and their Guardian. This Care Home setting must be managed in accordance with the National Care Standards http://www.nationalcarestandards.org/ and national quality outcomes including but not limited to the National Health and Wellbeing Outcomes. Individuals that live in Parkholme require to be supported to achieve outcomes out with the care home setting and there is an expectation that they will receive a variety of 1:1, group and background support including overnight whereby two staff members will be required to respond when needed. Parkholme is a well established Care Home in Moray and the building is owned by a Housing Association.

Full notice text

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:

www.publictendersscotland.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

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

Parkholme Care Home Service in Moray

Reference number: 18/1009

II.1.2) Main CPV code

85144100

 

II.1.3) Type of contract

Services

II.1.4) Short description

Parkholme requires to provide a 24 hour service for a small number of adults with complex physical and learning disabilities. This includes accommodation, care and support and clinical oversight on an individual basis, in accordance with the outcomes and assessed needs detailed in the support plan, and agreed with the individual and their Guardian. This Care Home setting must be managed in accordance with the National Care Standards http://www.nationalcarestandards.org/ and national quality outcomes including but not limited to the National Health and Wellbeing Outcomes. Individuals that live in Parkholme require to be supported to achieve outcomes out with the care home setting and there is an expectation that they will receive a variety of 1:1, group and background support including overnight whereby two staff members will be required to respond when needed. Parkholme is a well established Care Home in Moray and the building is owned by a Housing Association.

II.1.5) Estimated total value

Value excluding VAT: 4 224 870.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

85144100

II.2.3) Place of performance

NUTS code:

UKM62

II.2.4) Description of the procurement

As detailed in the procurement documents.

II.2.5) Award criteria

Criteria below:

Quality criterion: Person Centered and Engaging Day Service / Weighting: 20

Quality criterion: Rota Management / Weighting: 15

Quality criterion: Care Home Legislation / Weighting: 15

Quality criterion: Added Value / Weighting: 10

Quality criterion: Carbon Footprint / Weighting: 5

Quality criterion: Presentation / Weighting: 35

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 4 224 870.00  GBP

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 1 year extension

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

The value of this contract is calculated a budget of 844972.00 GBP over a period of 5 years.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

All workers should hold their SSSC registration and all organisations should be registered with the care inspectorate.

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.


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: 10,000,000 GBP (TEN MILLION POUNDS STERLING)

Public Liability: 10,000,000 GBP (TEN MILLION POUNDS STERLING)

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:

Bidders will be required to provide evidence and examples of at least 3 examples of works of a similar size and nature within the past 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: 23/08/2024

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: 23/08/2024

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

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 buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 55393. 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:

Not applicable, no sub-contracting.

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.

(SC Ref:770044)

VI.4) Procedures for review

VI.4.1) Review body

Elgin Sheriff Court

Sheriff Courthouse, High Street

Elgin

IV30 1BU

UK

Telephone: +44 343542505

E-mail: elgin@scotcourts.gov.uk

VI.5) Date of dispatch of this notice

27/06/2024

Coding

Commodity categories

ID Title Parent category
85144100 Residential nursing care services Residential health facilities services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@moray.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.