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
Emma Watt
Telephone
+44 1412013593
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
GGC0665 Community Engagement & Activities Co-ordinator
Reference number
GGC0665
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
The North West Locality is seeking a dynamic organisation to host the Community Engagement and Activities Coordinator post that would
further develop and support the networking activities for local people and local activities/services with the main focus on preventing
loneliness and social isolation. The post holder would link/signpost older people to existing activities or services and work with
communities to establish routes for them to identify and link people to.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85312300 - Guidance and counselling services
- 85312320 - Counselling services
- 85300000 - Social work and related services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
The organisation and post holder would have a responsibility to the host organisation and report to the NW HSCP Locality Older People’s
Planning Group.
Due to ongoing development of this work there will be a wider scope to cover other identified neighbourhood areas within the NW Locality
while continuing to maintain links within Knightswood.
It is expected that flexible, culturally appropriate approaches will be used and that the tenderers will demonstrate a sophisticated
understanding of the pattern of inequalities in Glasgow and of the barriers in working with people who experience multiple vulnerabilities.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100
Cost criterion - Name: Cost / Weighting: 0
two.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 12 months
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 uploaded 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 0GBP 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, tenderers must hold and evidence Employer’s (Compulsory) Liability Insurance = GBP5m. If
tenderers do not currently have this level of insurance, they must agree to put it in place prior to contract commencement.
With reference to ESPD question 4B.5.2, tenderers must hold and evidence Public Liability Insurance = GBP10m. If tenderers do not
currently have this level of insurance, they must agree to put it in place prior to contract commencement.
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 examples are not provided this will result in a fail. If the examples provided do not
demonstrate the required level of experience, this will result in a fail and your tender will be rejected.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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
9 March 2021
Local time
1:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
9 March 2021
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Please note the following are mandatory requirements of this contract:-
Tenderers must confirm that all staff involved in the delivery of the contract will have Protection of Vulnerable Groups (PVG)/Enhanced Disclosure.
Tenderers must comply with Caldicott Principles and GDPR legislation in line with the specification and supplementary GDPR provisions (Uploaded to general attachments area of PCS-T).
Tenderers must comply with the Equality Act 2010.
Tenderers must comply with the Minimum Core Data Set.
Tenderers must provide a full budget breakdown. This should be uploaded in the general attachments area of the Technical Envelope on PCS-Tender.
Tenderers must confirm that all staff involved in the delivery of this service will be paid The Real Living Wage.
Tenderers must confirm that the Community Engagement and Activities Coordinator will work for a minimum of 3 days per week.
Tenderers must confirm that the Community Engagement and Activities Coordinator will be flexible in their working hours to accommodate occasional evening and weekend work.
These are pass/fail questions. Failure to provide an agreement to these questions and this information will result in your bid being rejected.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17719. 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:
A non-scoreable question has been included as part of this tender exercise as follows:
Bidders must demonstrate how they will meet each requirement set out in Document 13 and how any deviations will be remedied. Note, it
is not sufficient to simply state adherence, bidders must provide sufficient evidence to allow the bid assessment team to be satisfied this
requirement will be met. This may include but not be limited to: procedures and protocols, staff responsibilities, previous experience,
management information statistics.
(SC Ref:639397)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9TW
Telephone
+141 4298888
Country
United Kingdom