Section one: Contracting authority
one.1) Name and addresses
NHS Greater Glasgow and Clyde
Procurement Department, Glasgow Royal Infirmary, 84 Castle Street
Glasgow
G4 0SF
Contact
Alasdair McLaren
alasdair.mclaren@ggc.scot.nhs.uk
Telephone
+44 1412043615
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10722
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Forensic Adult Provisions
Reference number
GGC0675
two.1.2) Main CPV code
- 85140000 - Miscellaneous health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Greater Glasgow and Clyde (NHSGGC)(we; the health board; the board) wishes to tender for the provision of an Adult Literacy and Numeracy Education Programme and a Forensic Adult Learning & Qualification Attainment.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
GGC0675 - Lot 1: Adult Literacy & Numeracy Education Programme
Lot No
1
two.2.2) Additional CPV code(s)
- 80400000 - Adult and other education services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Rowanbank Clinic and Leverndale Hospital
two.2.4) Description of the procurement
The successful contractor will:
- Provide adult literacy and numeracy education for patients across both a medium and a low secure unit
- Introduce patients to a small classroom experience, providing a variety of subjects using different activities to teach.
- Tailor the adult literacy and numeracy programme to the needs and skill level of each the patients involved.
- Provide a supportive learning environment.
- Provide patients with an opportunity to gain formal qualifications and to develop employability skills.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Cost criterion - Name: Cost / Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The will be 2 x 12 month extensions available subject to funding.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
GGC0675 - Lot 2: Forensic Adult Learning & Qualification Attainment
Lot No
2
two.2.2) Additional CPV code(s)
- 80400000 - Adult and other education services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
The service will be provided across both The Rowanbank Clinic and Leverndale Hospital.
two.2.4) Description of the procurement
The successful contractor will:
- Provide a SQA level education programme for patients across both a medium and a low secure unit
- Introduce patients to a small classroom experience, providing a variety of subjects using different activities to teach.
- Tailor the education programme to the needs and skill level of each the patients involved.
- Provide a supportive learning environment.
- Provide patients with an opportunity to gain formal qualifications and to develop employability skills.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Cost criterion - Name: Cost / Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
There will be 2 x 12 month extensions available subject to funding
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
With reference to ESPD question 4B.6 – NHSGG&C will use its financial evaluation matrix which can be downloaded from the attachments area on PCS-Tender to assess the financial stability of tenderers. Tenderers should complete the evaluation matrix spread sheet included in the tender documents and confirm they meet the minimum requirement score. Tenderers with a Score of 50 and above will be deemed to have evidenced satisfactory financial stability. This is a pass/fail question.
Failure to achieve a score of 50 or failure to provide this information will result in your tender being rejected. Tenderers should be able to provide financial accounts when requested by NHSGG&C. If a minus or GDP 0 turnover applies, please include your last 3 years financial accounts to allow your financial validity to be evidenced. Should this not be available or should this show financial instability of the organisation, this may result in a fail.
Minimum level(s) of standards possibly required
With reference to ESPD question 4B.5.1b. It is a requirement of this contract that tenderers hold, or can commit to obtain prior to the commencement of any subsequently awarded contract Employer’s (Compulsory) Liability Insurance = GBP5m. This is a pass/fail question. Failure to provide this information will result in your bid being rejected.
With reference to ESPD question 4B.5.2. It is a requirement of this contract that tenderers hold, or can commit to obtain prior to the commencement of any subsequently awarded contract Public Liability Insurance = GBP10m. This is a pass/fail question. Failure to provide this information will result in your bid being rejected.
three.1.3) Technical and professional ability
List and brief description of selection criteria
With reference to ESPD question 4C.1.2, tenderers are required to provide examples that demonstrate they have the relevant experience to deliver the services. Examples must be from within the last 3 years. You should use the attached template to provide 2 examples that demonstrates experience that is relevant to this procurement exercise. If you cannot provide any examples you should explain why at the bottom of this template. Your completed response should be no more than 2 pages of A4. The completed document should be uploaded to question 4C.1.2.
This is a pass/fail question, if relevant previous experience and correct level of service is not demonstrated this will result
in your tender being rejected.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 2
In the case of framework agreements, provide justification for any duration exceeding 4 years:
n/a
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
5 March 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
5 March 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17852. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
The bidder is required to detail any social, economic and environmental benefits associated with contract performance during the contract term in the event of their appointment.
If there will be no Community Benefits, the bidder should state this in the submission. If there will be Community Benefits, the Tender Submission should include a methodology/plan/statement as to how this will be delivered.”
(SC Ref:628486)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9TW
Country
United Kingdom