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 1412015388
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
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
GGC0937 Alcohol & Drug Prevention & Education
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 challenges in improving health within the city of Glasgow are complex and significant. There is a strong history of partnership working over many years in the city, with a host of organisations engaged in health improvement effort. In particular, Glasgow City Health & Social Care Partnership (GHSCP) & Glasgow City Alcohol & Drug Partnership (GCADP) value the role of the third sector who offer significant opportunities for increasing reach and for enabling people to access wider health improvement services and activities.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.2) Description
two.2.1) Title
Alcohol Brief Interventions Delivery & Training
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
two.2.4) Description of the procurement
Lot 1: Alcohol Brief Interventions Delivery & Training - Support the co-ordination and delivery of Alcohol Brief Interventions (ABIs) and training in wider community settings.
The budget for this service is GBP30,000 for July 2025 - March 2026. This must include staffing, all associated management and administration costs, evaluation costs, hire or purchase of all equipment and furnishings required for the delivery of the services, any purchase or rental of premises, and the production of any resources to support training and/or intervention delivery.
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
Alcohol, Drugs & Substance Use training
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
two.2.4) Description of the procurement
Lot 2: Alcohol, Drugs & Substance Use training- 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.
The budget for this service is GBP 48,750 for July 2025 – March 2026. This must include staffing, all associated management and administration costs, evaluation costs, hire or purchase of all equipment and furnishings required for the delivery of the services, any purchase or rental of premises, and the production of any resources to support training and/or intervention delivery.
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 four. Procedure
four.1) Description
four.1.1) Form of procedure
Open procedure
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
4 March 2025
Local time
1:00pm
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
With reference to SPD question 4B.5.1b Tenderers must hold and evidence Employer's (Compulsory) Liability Insurance = GBP5m for any one incident of series or related incidents in any one year. 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 SPD question 4B.5.2 Tenderers must hold and evidence Public Liability Insurance = GBP5m for any one incident of series or related
incidents in any one year. 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 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
With reference to SPD question 4C.7 NHSGGC identifies sustainable procurement as a priority action in addressing the global challenges of climate change and is committed to making net zero a key consideration for all procurement activities. Embedding sustainability at the heart of procurement decisions can reduce negative impacts on the local community and those around us, whilst bringing the organisation closer to its net zero goals. Tenderers are required to describe how they will commit to positive environmental practices within the delivery of the contract. This should include, but not be limited to, travel, use of recyclable products, and other energy efficiency measures utilised during the course of project delivery. For more information please visit: https://www.nhsggc.scot/about-us/sustainability/areas-of-focus/.
With reference to SPD Question 4D.1, tenderers 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 28378. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Non Scored question
(SC Ref:789985)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court
Glasgow
Country
United Kingdom