Notice Information
Notice Title
17/0001 Mental Health Services in Moray (Phase 3)
Notice Description
Provision of Mental Health Service in Moray (Phase 3)
Lot Information
Lot 1
The provision of Mental Health Services (Phase 3) in Moray commencing on 01/04/2019.
Renewal: option to extend by 2 x 12 month periods
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000558502
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN342762
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
85 - Health and social work services
-
- CPV Codes
85100000 - Health services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £2,996,500 £1M-£10M
Notice Dates
- Publication Date
- 21 Jan 20197 years ago
- Submission Deadline
- 2 Nov 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 18 Jan 20197 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- 2022
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MORAY COUNCIL
- Contact Name
- Not specified
- Contact Email
- procurement@moray.gov.uk
- Contact Phone
- +44 1343563137
Buyer Location
- Locality
- ELGIN
- Postcode
- IV30 1BX
- Post Town
- Inverness
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM2 Highlands and Islands
- Small Region (ITL 3)
- TLM20 Highlands and Islands
- Delivery Location
- TLM62 Inverness and Nairn, Moray, and Badenoch and Strathspey
-
- Local Authority
- Moray
- Electoral Ward
- Elgin City North
- Westminster Constituency
- Moray West, Nairn and Strathspey
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT333479
17/0001 Mental Health Services in Moray (Phase 3) - Provision of Mental Health Service in Moray (Phase 3) -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN342762
17/0001 Mental Health Services in Moray (Phase 3) - Provision of Mental Health Service in Moray (Phase 3)
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000558502-2019-01-21T00:00:00Z",
"date": "2019-01-21T00:00:00Z",
"ocid": "ocds-r6ebe6-0000558502",
"initiationType": "tender",
"parties": [
{
"id": "org-83",
"name": "Moray Council",
"identifier": {
"legalName": "Moray Council"
},
"address": {
"streetAddress": "High Street",
"locality": "Elgin",
"region": "UKM62",
"postalCode": "IV30 1BX"
},
"contactPoint": {
"email": "procurement@moray.gov.uk",
"telephone": "+44 1343563137",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.moray.gov.uk"
}
},
{
"id": "org-223",
"name": "Moray Council",
"identifier": {
"legalName": "Moray Council"
},
"address": {
"streetAddress": "High Street",
"locality": "Elgin",
"region": "UKM62",
"postalCode": "IV30 1BX"
},
"contactPoint": {
"email": "procurement@moray.gov.uk",
"telephone": "+44 1343563137",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.moray.gov.uk"
}
},
{
"id": "org-224",
"name": "SAMH",
"identifier": {
"legalName": "SAMH"
},
"address": {
"streetAddress": "Brunswick House, , 51 Wilson Street",
"locality": "Glasgow",
"region": "UKM62",
"postalCode": "G1 1UZ"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
}
],
"buyer": {
"name": "Moray Council",
"id": "org-223"
},
"tender": {
"id": "17/0001",
"title": "17/0001 Mental Health Services in Moray (Phase 3)",
"description": "Provision of Mental Health Service in Moray (Phase 3)",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "85100000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Moray"
},
"deliveryAddresses": [
{
"region": "UKM62"
},
{
"region": "UKM62"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2018-11-02T12:00:00Z"
},
"awardPeriod": {
"startDate": "2018-11-02T12:00:00Z"
},
"documents": [
{
"id": "OCT333479",
"documentType": "contractNotice",
"title": "17/0001 Mental Health Services in Moray (Phase 3)",
"description": "Provision of Mental Health Service in Moray (Phase 3)",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT333479",
"format": "text/html"
},
{
"id": "JAN342762",
"documentType": "awardNotice",
"title": "17/0001 Mental Health Services in Moray (Phase 3)",
"description": "Provision of Mental Health Service in Moray (Phase 3)",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN342762",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The provision of Mental Health Services (Phase 3) in Moray commencing on 01/04/2019.",
"status": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "80"
},
{
"type": "cost",
"name": "Cost",
"description": "20"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "option to extend by 2 x 12 month periods"
}
}
],
"bidOpening": {
"date": "2018-11-02T12:00:00Z"
},
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established."
},
{
"type": "economic",
"description": "4B.5.1/4B.5.2 The bidder confirms they are already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated in the relevant contract notice. It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:",
"minimum": "Employer's (Compulsory) Liability Insurance = 5 million GBP Public Liability Insurance = 5 million GBP 4B.6 - Concerning any other economic or financial requirements, that may have been specified in the relevant Contract Notice, the bidder declares that: 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. Bidders will be required to provide copies of the last 3 years audited financial accounts."
},
{
"type": "technical",
"description": "4C.6/4C.6.1 The following professional qualifications are held by the service provider:",
"minimum": "Scottish Social Services Council Registration. Care Inspectorate -The Provider will at all times maintain a minimum grade 3 in Key Question 1 of the Care Inspectorate inspection new grading system. All staff will be a PVG Scheme Member."
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"classification": {
"id": "85100000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "2022"
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "Quality Management Procedures 1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),OR 2. The bidder must have the following: a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. b. Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder's quality management is effective in reducing/preventing incidents of sub-standard delivery, this must include the quality of output and general performance. c. A documented process for ensuring that quality management is effective in reducing/preventing incidents of sub-standard delivery, this must include the quality of output and general performance. The bidder must be able to provide copies of their organisation's documentation procedures, that meet current agreed good practice. These must include the arrangements for quality management throughout the bidder's organisation. They must set out how the bidder's organisation will carry out its policy, with a clear indication of how the arrangements are communicated to the workforce. d. Documented arrangements for providing the bidder's workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid. This will demonstrate that the organisation has in place and implements training arrangements to ensure that its workforce has sufficient skills and understanding to discharge their various responsibilities. These must include a programme of training that will keep the workforce up to date with required knowledge about quality related issues, including copies of job profiles; training manuals and records. e. Documented arrangements that your organisation has a system for monitoring quality management procedures on an on-going basis. The bidder's organisation must be able to provide evidence of systematic, periodic review and improvement of quality in respect of output and general performance f. Documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged. g. A documented process demonstrating how the bidder deals with complaints. The bidder must be able to provide details of how their organisation maintains records of any complaints received and how corrective measures are carried out to prevent reoccurrence. Health and Safety Procedures - Please see full text in PCS-T Document 17/0001 Contract Notice Criteria. (SC Ref:570593)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000558502"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000558502"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "17/0001-1",
"suppliers": [
{
"id": "org-224",
"name": "SAMH"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "17/0001-1",
"awardID": "17/0001-1",
"status": "active",
"value": {
"amount": 2996500,
"currency": "GBP"
},
"dateSigned": "2019-01-18T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2018/S 193-436671"
}
],
"bids": {
"statistics": [
{
"id": "435",
"measure": "bids",
"value": 1,
"relatedLot": "1"
},
{
"id": "436",
"measure": "smeBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "437",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "438",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "439",
"measure": "electronicBids",
"value": 1,
"relatedLot": "1"
}
]
}
}