Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Moray Council
High Street
Elgin
IV30 1BX
UK
Ffôn: +44 1343563137
E-bost: procurement@moray.gov.uk
NUTS: UKM62
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.moray.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00160
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
www.publictendersscotland.publiccontractsscotland.gov.uk
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
www.publictendersscotland.publiccontractsscotland.gov.uk
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Parkholme Care Home Service in Moray
Cyfeirnod: 18/1009
II.1.2) Prif god CPV
85144100
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
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) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 4 224 870.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
85144100
II.2.3) Man cyflawni
Cod NUTS:
UKM62
II.2.4) Disgrifiad o’r caffaeliad
As detailed in the procurement documents.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Person Centered and Engaging Day Service
/ Pwysoliad: 20
Maes prawf ansawdd: Rota Management
/ Pwysoliad: 15
Maes prawf ansawdd: Care Home Legislation
/ Pwysoliad: 15
Maes prawf ansawdd: Added Value
/ Pwysoliad: 10
Maes prawf ansawdd: Carbon Footprint
/ Pwysoliad: 5
Maes prawf ansawdd: Presentation
/ Pwysoliad: 35
Price
/ Pwysoliad:
30
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 4 224 870.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 36
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
2 x 1 year extension
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
The value of this contract is calculated a budget of 844972.00 GBP over a period of 5 years.
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
All workers should hold their SSSC registration and all organisations should be registered with the care inspectorate.
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
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.
Lefel(au) gofynnol y safonau sydd eu hangen:
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) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
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.
Lefel(au) gofynnol y safonau sydd eu hangen:
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) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
23/08/2024
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 3 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
23/08/2024
Amser lleol: 12:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
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) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Elgin Sheriff Court
Sheriff Courthouse, High Street
Elgin
IV30 1BU
UK
Ffôn: +44 343542505
E-bost: elgin@scotcourts.gov.uk
VI.5) Dyddiad anfon yr hysbysiad hwn
27/06/2024