Tender

GGC0662 Alcohol & Drug Prevention & Education

  • NHS Greater Glasgow and Clyde

F02: Contract notice

Notice identifier: 2021/S 000-002259

Procurement identifier (OCID): ocds-h6vhtk-02903a

Published 4 February 2021, 1:56pm



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

Email

Emma.Watt@ggc.scot.nhs.uk

Telephone

+44 1412114646

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.nhsggc.org.uk/

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