Opportunity

NHSGGC - Advocacy Services

  • NHS Greater Glasgow and Clyde

F02: Contract notice

Notice reference: 2021/S 000-012966

Published 9 June 2021, 4:25pm



Section one: Contracting authority

one.1) Name and addresses

NHS Greater Glasgow and Clyde

Procurement Department, Walton Annexe, Glasgow Royal Infirmary, 84 Castle Street

Glasgow

G4 0SF

Email

Claire.Quinn2@ggc.scot.nhs.uk

Telephone

+44 1412013616

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.nhsggc.org.uk/

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

NHSGGC - Advocacy Services

Reference number

GGC0690

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 & Clyde (NHSGGC) wish to commission an Advocacy Service to concentrate activity on supporting the following specific Service User Groups

Adult Mental Health

Dementia Services

Learning Disability

Physical Disability

Prison Healthcare

Alcohol & Drug

This tender seeks to ensure the ability of service users to be able to influence services and to be adequately supported to do so.

two.1.5) Estimated total value

Value excluding VAT: £4,472,775

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

NHS Greater Glasgow & Clyde (NHSGG&C) and Glasgow City Council (GCC) promote, support and defend the principles and practice of Independent Professional Advocacy across the City of Glasgow. The aim is to ensure that when the right to an independent lifestyle and choice presents a degree of risk, the individual concerned receives appropriate help including advice, protection and support from relevant agencies, in particular Independent Professional Advocacy. Assisting and enabling individuals is essential to the development of the Personalisation professional advocacy ensures equality of access to services particularly for those groups which may otherwise be excluded.

This Tender process seeks to ensure the ability of service users to be able to influence services and to be adequately supported to do so. The successful supplier will provide a service for people aged 16 or over (including people over 65) and this include those subject to NHS Prison Healthcare)

Have a level of disability which impairs their ability to advocate on their own behalf.

Are Carers to someone resident in Glasgow with eligible needs

Have complex needs and are experiencing situations which they are unable to cope with without professional support.

Prison Healthcare

In providing an Advocacy service within a Prison setting, providers must be aware of the safety/security constraints which they will be required to follow in providing a service.

Access to the service within HMP Barlinnie (within Glasgow City HSCP area) will be assisted via the Prison Healthcare Mental Health Team. The population within HMP Barlinnie can vary but averages around 1,200 individuals.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 100

Cost criterion - Name: Cost / Weighting: 0

two.2.6) Estimated value

Value excluding VAT: £4,472,775

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 extension optional

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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 question SPD 4B.6 NHSGGC will use its financial evaluation matrix which can be uploaded from the attachments area on PCS-Tender to assess the financial stability of tenderers. Tenderers should complete the evaluation matrix spreadsheet included in the tender documents and confirm they meet the minimum requirement score. Tenderers with a score of 50 and above will be deemed to have evidenced satisfactory financial stability. This is a pass/fail question. Failure to achieve a score of 50 or failure to provide this information will result in your tender being rejected. Tenderers should be able to provide financial accounts when requested by NHSGGC. If a minus or 0.00GBP turnover applies, please include your last 3 years financial accounts to allow your financial validity to be evidenced. Should this not be available or should this show financial instability of the organisation, this may result in a fail.

Minimum level(s) of standards possibly required

With reference to SPD question 4B.5.1b Tenderers must hold and evidence Employer's (Compulsory) Liability Insurance = GBP5m. 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 = GBP10m. If tenderers do not currently have this level of insurance, they must agree to put it in place prior to contract commencement.

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.

three.1.5) Information about reserved contract

The execution of the contract is restricted to the framework of sheltered employment programmes


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

12 July 2021

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

12 July 2021

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 18489. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

Bidders will be required to inform the Board if they intend to sub-contract in line with the requirements of the SPD.

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

Scoreable guidance and question will be added to PCS-Tender and referenced to in the ITT Document

Bidders must demonstrate how they will meet each requirement set out in Document 13 and how any deviations will be remedied. Note, it is not sufficient to simply state adherence, bidders must provide sufficient evidence to allow the bid assessment, previous experience, management information statistics.

(SC Ref:654927)

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/