Tender

Rapid Response and Resettlement

  • NHS Greater Glasgow and Clyde

F02: Contract notice

Notice identifier: 2022/S 000-007767

Procurement identifier (OCID): ocds-h6vhtk-0324f1

Published 22 March 2022, 3:48pm



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

Email

emma.fleck@ggc.scot.nhs.uk

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