Tender

NHSGGC0620 LGBT+ Support Services

  • NHS Greater Glasgow and Clyde

F02: Contract notice

Notice identifier: 2023/S 000-005144

Procurement identifier (OCID): ocds-h6vhtk-03a724

Published 21 February 2023, 11:09am



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

Yvonne Wallace

Email

yvonne.wallace5@ggc.scot.nhs.uk

Telephone

+44 1412015369

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

NHSGGC0620 LGBT+ Support Services

Reference number

GGC0620

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

NHSGGC wishes to commission a range of services to address the poor mental health and wider health inequalities experienced by the LGBT+ population. This includes activities to address social isolation, loneliness and lack of activity as well as support services for those experiencing poor mental health.

two.1.5) Estimated total value

Value excluding VAT: £1,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

Glasgow City Health and Social Care Partnership (HSCP) in conjunction with NHS Greater Glasgow & Clyde (NHSGGC) seek an organisation to deliver a community based health and wellbeing service for lesbian, gay, bisexual, transgender and non-binary people (LGBT+). This service should be open to people aged 13 years and over and who are ordinarily resident in the NHSGGC Board area.

The aim of the service is to provide a general health and wellbeing service for LGBT+ people and their families. This service should be evidence-informed and include the following core elements:

-Element 1: Provision of a range of creative, safe and effective interventions and opportunities to reduce social isolation, loneliness and inactivity.

-Element 2: Provision of mental health and emotional wellbeing support for those experiencing low mood, anxiety, stress and/or depression.

-Element 3: Development and delivery of LGBT+ awareness training for partners

Element 1 and 2 will be available to LGBT+ people aged 13 years and over who live in NHSGGC Board area. In relation to younger people, on occasion it may be appropriate to provide some wider support for family members.

Mental health and emotional wellbeing support provided is expected to be for those experiencing low mood, anxiety, stress and/or depression; this should not include specialist provision for people with severe and enduring mental health conditions. Whilst crisis presentations may occur, this is not intended to be a crisis service.

Element 3 will be developed and provided to NHS, HSCP and other partners within the NHSGGC Board area.

two.2.5) Award criteria

Quality criterion - Name: Technical/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

9

This contract is subject to renewal

Yes

Description of renewals

4 x 12 month extensions

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Value of contract may fluctuate by up to 100% in any given year due to unpredictability of Scottish Government funding. If extra funding is made available the additional service delivery will be awarded to the successful supplier without any further competition.

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 SPD question 4B.4, tenderer 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

With reference to SPD question 4B.4, tenderer 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 (i.e positive)

Minimum level(s) of standards possibly required

With reference to SPD question 4B.5.1a it is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract Professional Indemnity Insurance = GBP2m

With reference to SPD question 4B.5.1b it is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract Employer’s (Compulsory) Liability Insurance = GBP5m

With reference to SPD question 4B.5.2 it is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract Public Liability Insurance = GBP10m

three.1.3) Technical and professional ability

List and brief description of selection criteria

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 possibly 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


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

24 March 2023

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

24 March 2023

Local time

1:00pm


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 22776. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:712136)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/