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
yvonne.wallace5@ggc.scot.nhs.uk
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
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 Parental Engagement on RHSP Learning -
Reference number
GGC0854
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 and Clyde, working on behalf of a national partnership of health boards, wishes to commission an organisation to conduct an engagement process with parents and carers in Scotland on their children’s learning on Relationships, Sexual Health and Parenthood (RSHP)
two.1.5) Estimated total value
Value excluding VAT: £63,500
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 and Clyde, working on behalf of a national partnership of health boards, wishes to commission an organisation to conduct an engagement process with parents and carers in Scotland on their children’s learning on Relationships, Sexual Health and Parenthood (RSHP)
The partnership of health boards seek to commission research which aims to understand the views of RSHP from the perspective of parents and carers. It is proposed that this is undertaken in two key stages:
Stage 1: Exploring RSHP with parents and carers using qualitative methods of research. The methodology can be flexible, and should include sampling from across Scotland but weighted towards NHS Borders, NHS Grampian, NHS Greater Glasgow and Clyde, NHS Tayside and NHS Western Isles.
Stage 2: The qualitative analysis and outputs from Stage 1 should be used as the basis to develop and distribute a parents and carers questionnaire with the potential for national distribution.
It is expected that the engagement will identify the main issues for parents and carers, but will be structured in a way to make sure a solution focussed approach is undertaken such that parents and carers own suggestions for future practice are a key part of the process. The scope of the engagement will include parents and carers of a child or young person aged 3-18 and attending or due to attend a school in Scotland.
two.2.5) Award criteria
Quality criterion - Name: 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
12
This contract is subject to renewal
No
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 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
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 for any one incident or series of 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 or series of 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 contact 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 demonstrate 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 provide, this will result in a fail. If the examples provided do not demonstrate the required level of experience, this will result in a fail.
With reference to SPD question 4C.7 Tenderers will be required to confirm that they will employ environmental management measures that meet the following requirements:
NHS Greater Glasgow and Clyde is committed to being a Net Zero organisation by 2040 and our supply chain plays a crucial role in this. We want to see that our suppliers are committed to government targets/guidance of Net Zero and we would like the supplier to demonstrate how their products and services will assist us on that journey, in terms of sharing their Net Zero or Sustainability strategies. This can include, but not limited to, energy efficiency, transport and travel, recycling of products.
The supplier should be seen to be embedding Circular Economy Strategies across all business processes and functions.
Minimum level(s) of standards possibly required
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: National Whistleblowing Standards | INWO (spso.org.uk)
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
18 July 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
18 July 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 ordering will be used
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 24375. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:733355)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom