Tender

Acute Financial Inclusion Services

  • NHS Greater Glasgow and Clyde

F21: Social and other specific services – public contracts (contract notice)

Notice identifier: 2025/S 000-002459

Procurement identifier (OCID): ocds-h6vhtk-04d5e6

Published 24 January 2025, 8:40am



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

Brian Roach

Email

Brian.Roach2@nhs.scot

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.nhsggc.scot/about-us/procurement/

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

Acute Financial Inclusion Services

Reference number

GGC0899

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Greater Glasgow and Clyde wish to commission the delivery of a financial inclusion service to support patients to maximise income, reduce household expenditure and debt to alleviate money worries.

two.1.5) Estimated total value

Value excluding VAT: £220,000

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

Acute Financial Inclusion Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow Royal Infirmary and Queen Elizabeth University Hospitals

two.2.4) Description of the procurement

NHS Greater Glasgow and Clyde wish to develop an Acute Site Financial Inclusion Service Procurement Framework with external providers for the delivery of financial inclusion services to support patients to maximise income, reduce household expenditure and debt alleviate money worries. An Acute Site Financial Inclusion Service which will focus on addressing immediate financial issues to prevent or alleviate crisis and to work to mitigate the potential for these issues to negatively impact on the client’s health status. The services will not offer lengthy casework support on site but will identify the clients’ financial needs, put in place immediate financial support (such as access to relevant grants and hardship funds; eligibility for social security benefits; support with food and home energy and other needs as appropriate) and connect clients with appropriate sources of support in their local community to ensure ongoing issues are supported through to resolution.

The target population for the service will be patients; carers/ families; and NHSGGC staff. Consideration on how best to target groups who are most vulnerable, in discussion with NHSGGC, is required.

two.2.6) Estimated value

Value excluding VAT: £200,000

two.2.7) Duration of the contract or the framework agreement

Duration in months

48

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

Mental Health Acute Financial Inclusion Service

Lot No

2

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

Gartnavel Hospital Campus and Leverndale Hospital

two.2.4) Description of the procurement

NHS Greater Glasgow and Clyde wish to commission the delivery of a financial inclusion service to support patients to maximise income, reduce household expenditure and debt to alleviate money worries. It is proposed that the service will be delivered weekly at Leverndale and Gartnavel Hospital Campus, co-located within Mental Health Acute and supporting approximately 48 referrals per quarter. The service will identify the clients’ financial needs and aim to maximise income by initiating or progressing relevant benefit applications, appealing benefit decisions, offering debt advice and support and seeking support with food and home energy as may be appropriate

two.2.6) Estimated value

Value excluding VAT: £20,000

two.2.7) Duration of the contract or the framework agreement

Duration in months

12

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.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

All information can be found within the tender documents published at

https://www.publictendersscotland.publiccontractsscotland.gov.uk


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.1.11) Main features of the award procedure

See Service Specification provided at

https://www.publictendersscotland.publiccontractsscotland.gov.uk

All of the above mandatory requirements must be met in order to deliver Acute Financial Inclusion Services. NHSGGC wish to support the development of financial inclusion organisations to meet these requirements and invites tenders from organisations who may require further training/ support to fulfil some requirements but can demonstrate the criteria in Section 1 as a minimum.

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

24 February 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

With reference to SPD question 4B.4, tenderers are required to state the value for the following financial ratio):

Current Ratio (Liquidity Ratio)

(Total current assets divided by total current liabilities)

The acceptable range for this financial ratio is:

>0.99

Tenderers should be able to provide 2 years financial accounts when requested by NHSGGC

With reference to SPD question 4B.4, tenderers are required to state the value for the following financial ratio):

Net Profit Margin

(Net profits divided by revenue x 100)

The acceptable range for this financial ratio is

0 or higher

Tenderers should be able to provide 2 years financial accounts when requested by NHSGGC Please note: Organisations with Charitable Status are not required to provide a response to this question

Technical and Professional Ability

With reference to SPD question 4C.1.2 Tenderers are required to provide examples that demonstrate they have the relevant experience to deliver the service. 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. Your completed response should be no more than 2 pages of A4. The completed response should be uploaded to question 4C.1.2. This is 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.

Minimum level(s) of standards required:

With reference to SPD question 4D.1, Bidders must evidence a regularly reviewed and documented policy for Health and Safety (H&S) management endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of

your operations and set out your company's responsibilities of health and safety management and compliance with legislation. This is a pass/fail question. Failure to evidence your policy will result in your tender being rejected. Failure to evidence a policy that meets the requirements will result in your tender being rejected.

With reference to SPD question 4D.1, Bidders should hold and evidence or commit to obtain, within 6 months of the contract start date, a whistleblowing policy consistent with the National Whistleblowing Standards that can be found at the following link: https://inwo.spso.org.uk/national-whistleblowing-%20standards

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27915. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:787482)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom