Tender

GGC0859 Family Wellbeing Support Worker Programme

  • NHS Greater Glasgow and Clyde

F21: Social and other specific services – public contracts (contract notice)

Notice identifier: 2024/S 000-019428

Procurement identifier (OCID): ocds-h6vhtk-047276

Published 25 June 2024, 1:29pm



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

Yvonne Wallace

Email

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

GGC0859 Family Wellbeing Support Worker Programme

Reference number

GGC0859

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), on behalf of Glasgow City Health and Social Care Partnership, is seeking dynamic organisations or partnerships of organisations, to deliver the Family Wellbeing Support Worker (FWSW) service which is a key element of the Whole Family Wellbeing Fund - Primary Care programme.

The programme will work with families registered with the specified GP practices. These practices are all in areas of deprivation and include population groups who experience significant health and social inequalities. The programme will have the fundamental aim of providing support and building capacity at both individual and family levels.

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
Main site or place of performance

Glasgow

two.2.4) Description of the procurement

The Family Wellbeing Support Worker (FWSW) service is a key element of the Whole Family Wellbeing Fund - Primary Care programme.

The programme will work with families registered with the specified GP practices. These practices are all in areas of deprivation and include population groups who experience significant health and social inequalities. The programme will have the fundamental aim of providing support and building capacity at both individual and family levels.

Family Wellbeing Support Workers will be embedded in their allocated GP Practice and provide support to families within the GP Practice population. Work will flow from the GP practice including any members of the practice team (e.g. GP, Health Visitor, Community Link Worker, etc.).

Whilst there are no strict referral criteria, the service will focus on supporting families with children/young people where the family need some additional support. A family member must be registered with the participating GP practice. Referral reasons can be varied and a holistic approach to working with a person/family is adopted. The workforce should be multi-skilled in supporting individuals and families with non-clinical issues aiming to mitigate the social determinants of health. The FWSW service will have no restrictions on the duration of support. Dependant on need, this can range from one appointment to support lasting several months.

There will be high demand for the programme so prioritisation and effective caseload management will be crucial while working with people one to one and, potentially for a small part of the role, delivering group work.

Each FWSW will be assigned a main GP practice however they may be required to cover other GP practices at times when the service requires.

two.2.7) Duration of the contract or the framework agreement

Duration in months

66

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.2.14) Additional information

The contract will be awarded for 18months with an option to extend 4 x 12 months dependent on funding availability.#

Funding is unpredictable and contract value may also increase within any given year up to a maximum of 100%. If extra funding is available the additional service delivery will be awarded to the successful supplier without further competition.


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

29 July 2024

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

An SPD completion guide has been included with ITT documents on PCS-T

Please note the following requirements:

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 26969. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:769832)

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