Tender

NHSGGC - Forensic Advocacy

  • NHS Greater Glasgow and Clyde

F02: Contract notice

Notice identifier: 2021/S 000-020112

Procurement identifier (OCID): ocds-h6vhtk-02d5ff

Published 17 August 2021, 3:35pm



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

Claire Quinn

Email

Claire.Quinn2@ggc.scot.nhs.uk

Telephone

+44 1412013616

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

https://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

https://www.publictenderscotland.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.publictenderscotland.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.publictenderscotland.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 - Forensic Advocacy

Reference number

GGC0692

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 a Forensic Advocacy Service to concentrate activity in supporting service users at Rowanbank clinic (medium secure unit) and Leverndale Hospital (low secure wards).

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

two.1.5) Estimated total value

Value excluding VAT: £608,100

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

Access to Independent Advocacy is recognised as contributing to health policy goals such as health improvement, equity and involving individuals as partners in a mutual NHS. “Better Health, Better Care: An Action Plan (2007)”.

The Board has a statutory responsibility, principally under the Mental Health (Care and Treatment) (Scotland) Act 2003, to provide access to independent advocacy for specific groups of people.

In addition to the legislative requirement to provide access to independent advocacy for these groups, recent policy for health and welfare in Scotland views patients and the public as partners in a mutual NHS. “Better Health, Netter Care: An Action Plan (2007)” commits Health Boards to treating patients and the public as partners in their care and access to Independent Advocacy can ensure that all individuals and groups can engage in this process. Independent Advocacy ensures equality of access to services particularly for those groups which may otherwise be excluded.

This tender seeks to ensure the ability of service users to be able to influence services and to be adequately supported to do so. The specification reflects the core areas of the Advocacy service to be delivered by the successful supplier during the contract term.

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

36

This contract is subject to renewal

Yes

Description of renewals

Option of 2 x 12 month extension periods

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 asses 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 NHSGGS. If a minus or 0GBP 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 4B5.1b 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 4C1.2 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 4C1.2. This is a 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.

Minimum level(s) of standards possibly required

In line with 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


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

20 September 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

21 September 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 18493. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

A non-scored question will be added as follows:-

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 team to be satisfied this requirement will be met. This may include but not limited to: procedures and protocols, staff responsibilities, previous experience,

management information statistics.

(SC Ref:659210)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom

Internet address

http://www.scotcourts.gov.uk