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
Telephone
+44 1412114646
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
GGC0662 Alcohol & Drug Prevention & Education
Reference number
GGC0662
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Glasgow HSCP & Glasgow City ADP are seeking a high quality forward thinking organisation(s) to deliver our Alcohol Brief Interventions (ABI), and Alcohol, Drugs & Multiple Risk Training Programmes that will complement the work of the HSCP & Alcohol and Drug Partnership(ADP) workforce and partners. These programmes of work will provide an important contribution to the ADP’s prevention & education framework.
This contract will provide a comprehensive alcohol and drugs prevention and education service for communities, children, young people and families within the City of Glasgow. It is part of a long-standing commitment by partners in the City to invest in high quality, sustained approaches to preventing the harm associated with misuse of alcohol and drugs. The service should therefore complement and link to other Glasgow City ADP initiatives where appropriate.
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
Lot 1- Alcohol Brief Interventions
Lot No
1
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
Support the co-ordination and delivery of Alcohol Brief Interventions (ABI’s) and training in the wider community settings and primary care settings.
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
24
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
two.2) Description
two.2.1) Title
Lot 2 - Training & Workforce Development
Lot No
2
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
Develop and deliver training and resource support for community based staff working with children, young people and adults in order to increase their knowledge base and ability to signpost individuals to appropriate support services.
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
24
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 0 GBP 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
8 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
8 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 the PVG requirement will be met.
Tenderer must confirm that services will be delivered within the stated budget.
A full budget breakdown has been provided.
Tenderers must agree to use NHS GGCC equalities data monitoring form (see appendix 1).
Tenderers must comply with the Equality Act 2010.
Tenderers must comply with Caldicott Principles and GDPR in line with the specification and agree to complete a Data Processing Agreement if successful.
Tenderers must pay all staff involved in the delivery of this contract The Real Living Wage.
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 17745. 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:638248)
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