Award

17/0001 Mental Health Services in Moray (Phase 3)

MORAY COUNCIL

This public procurement record has 2 releases in its history.

Award

21 Jan 2019 at 00:00

Tender

03 Oct 2018 at 00:00

Summary of the contracting process

Moray Council is seeking suppliers for the "17/0001 Mental Health Services in Moray (Phase 3)" contract, which involves the provision of mental health services commencing on 1st April 2019. This open tender, currently in the Award stage, has a total contract value of £2,996,500. The tender submission deadline was 2nd November 2018, with the formal awarding of the contract occurring on 18th January 2019. The services are categorized under general public services, to be delivered in the Moray region, specifically in Elgin (postal code IV30 1BX).

This procurement opportunity presents significant potential for businesses specializing in mental health services, particularly those with a strong emphasis on quality management frameworks and relevant professional qualifications. Companies that have experience delivering social services, possess the necessary insurance covers, and meet the compliance requirements of the Care Inspectorate will be well-positioned to compete effectively for this contract. Additionally, large-scale providers with documented quality management procedures will find this tender aligns with their capabilities, enabling growth and expansion in service offerings.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

SAMH

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
            }
        ]
    }
}