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
Emma Fleck
Telephone
+44 7812770041
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
http://www.nhsggc.org.uk/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
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
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
Rapid Response and Resettlement
Reference number
GGC0592
two.1.2) Main CPV code
- 85112200 - Outpatient care services
two.1.3) Type of contract
Services
two.1.4) Short description
NHSGG&C seek an organisation that will provide a service of
-collecting older people over the age of 60 years of age (or with identified vulnerabilities), who do not require to be admitted to hospital, from accident and emergency departments, discharge lounges and specific wards, and safely transporting them home. There may also be circumstances where the patient meets the criteria, where a transfer to an alternative care setting such as care or residential home is appropriate.
- assisting the older person into their home and helping them to settle, ensuring their basic needs (with the exception of personal care) are met.
- contacting the person the next day to offer any additional short-term practical support.
- signposting the individual to statutory or third sector services to support ongoing needs.
two.1.5) Estimated total value
Value excluding VAT: £1,220,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85112200 - Outpatient care services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
The main scope of this procurement is to provide a Managed Transport Service for older patients returning home from Assessment Units, Assessment Wards and Emergency Departments and resettling them in their home. This initiative aims to reduce the number of hospital readmissions by providing adequate home support.
The overall objective of the Contract is to provide NHSGG&C with a service to transport patients in a safe, timely, efficient and economic manner. Availability, punctuality and reliability of the services are essential in this contract
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 100
Price - Weighting: 0
two.2.6) Estimated value
Value excluding VAT: £244,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
2 x 12 month extensions
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Minimum level(s) of standards possibly required
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
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 (i.e positive)
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
Minimum level(s) of standards possibly required
With reference to SPD question 4C.1.2, Bidders are required to provide examples that demonstrate they have the relevant experience to deliver this service. Examples must be from within the last 3 years. You should use the attached template to provide 2 examples that demonstrate experience that is relevant to this procurement exercise. If you cannot provide any examples you should explain why at the bottom of the template. Your completed response should be no more than 2 pages of A4. The completed document should be uploaded to question 4C.1.2 of the qualification envelope on PCS-Tender. This is a pass/fail question. Failure to provide examples will result in your tender being rejected. Failure to provide examples that demonstrate relevant experience will result in your tender being 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
22 April 2022
Local time
1:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
22 April 2022
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
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 20965. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:687811)
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