Tender

NHSGGC0735 - Epilepsy Services

  • NHS Greater Glasgow and Clyde

F02: Contract notice

Notice identifier: 2022/S 000-025748

Procurement identifier (OCID): ocds-h6vhtk-036848

Published 14 September 2022, 10:16am



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 1412013606

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

NHSGGC0735 - Epilepsy Services

Reference number

GGC0735

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 has a base population of 1.2m people, and it provides services for people with neurological conditions, including Epilepsy, from the Institute of Neurological Sciences. The Institute is a world-recognised specialist centre for Neurology, Neurosurgery, Spinal Injuries and Neurorehabilitation Medicine.

Its neurological services are provided predominantly to the populations of:

-NHS Ayrshire & Arran

-NHS Greater Glasgow & Clyde

-NHS Highland – Argyll & Bute HSCP

-NHS Lanarkshire

INS also provides a range of regional and national services to wider populations of up to 5.5m people.

NHS Greater Glasgow & Clyde now wishes to commission a robust set of services to provide support and care to people with Epilepsy and their families and carers which aligns to the aims and strategies of both NHS Scotland and NHS Greater Glasgow & Clyde in particular.

two.1.5) Estimated total value

Value excluding VAT: £1,000,000

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
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond

two.2.4) Description of the procurement

NHS Greater Glasgow & Clyde wishes to commission a specialist support service for people affected by epilepsy.

This Epilepsy Support Service is expected to provide a person-centred, flexible, equalities-sensitive model of care which provides support throughout the many years which people will live with the condition.

Key roles of the service will include:

-A focus on self-management for people with Epilepsy which helps to support them out with the hospital environment

-Promoting mental and physical well-being - this could include resources for stress, memory or healthy eating, etc.

-Assisting individuals to navigate the health and social care systems, including signposting to relevant existing NHS, HSCP, and other Third Sector services

-Assisting individuals in navigating the benefits system

-As part of the two areas above, addressing digital inequalities

-Emotional support, including counselling, to people with Epilepsy and their families or carers and a listening ear for people who need it

-Provision of information and advice, including supporting literature, to people with Epilepsy and their families or carers

-Building peer support networks and other non-medicalised interventions for supporting people with Epilepsy and their families or carers

-Developing generic awareness-raising training package(s) which can be delivered to learning communities covering all ages (term-time only) as requested by the school, college, etc.

All services must also be delivered in accordance with NHS Scotland strategies, in particular:

-The National Healthcare Quality Strategy

-The National Health and Social Care Delivery Plan

-Realistic Medicine

It will be the responsibility of the successful bidder to manage their Epilepsy support services flexibly to ensure that there is consistency of support offered, including management of waiting times for accessing services, if such times are agreed between the NHSGGC and the successful bidder.

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

24

This contract is subject to renewal

Yes

Description of renewals

Option to extend for 2 x 12 month 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 SPD question 4B.4, tenderer 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

With reference to SPD question 4B.4, tenderer 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 (i.e positive)

Minimum level(s) of standards possibly required

With reference to SPD question 4B.5.1a it is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract Professional Indemnity Insurance = GBP2m

With reference to SPD question 4B.5.1b it is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract Employer’s (Compulsory) Liability Insurance = GBP5m

With reference to SPD question 4B.5.2 it is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract Public Liability Insurance = GBP10m

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.

Minimum level(s) of standards possibly required

With reference to SPD question 4D.1, Bidders must evidence a regularly reviewed and documented policy for Health and Safety (H&S) management endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of

your operations and set out your company's responsibilities of health and safety management and compliance with legislation. This is a pass/fail question. Failure to evidence your policy will result in your tender being rejected. Failure to evidence a policy that meets the requirements will result in your tender being rejected.


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

17 October 2022

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

17 October 2022

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 21351. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

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

Potential framework participants are required to summarise any proposed community benefits that will be developed and delivered as part of this contract if successful. 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:704983)

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/