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
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