Tender

GGC0739 - Post Diagnostic Support for Dementia Services (PDS) - Inverclyde

  • NHS Greater Glasgow and Clyde

F02: Contract notice

Notice identifier: 2022/S 000-027834

Procurement identifier (OCID): ocds-h6vhtk-0372cb

Published 4 October 2022, 1:20pm



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

Email

Claire.Quinn2@ggc.scot.nhs.uk

Telephone

+44 1412013616

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

GGC0739 - Post Diagnostic Support for Dementia Services (PDS) - Inverclyde

Reference number

GGC0739

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Provision of post-diagnostic support (PDS) following a dementia diagnosis is essential to inform and enable people with dementia, and those who support them, to live as well as possible with dementia and prepare for the future. It is important the right support is offered at the right time following diagnosis in an empowering and person-centred way.

The aim of the service is to deliver a model of PDS for people living with dementia, their families and carers which will keep people’s lives and networks intact and allow them to live well through the early stages of the illness, promote independence and help to prepare for the future.

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
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

Provision of post-diagnostic support (PDS) following a dementia diagnosis is essential to inform and enable people with dementia, and those who support them, to live as well as possible with dementia and prepare for the future. It is important the right support is offered at the right time following diagnosis in an empowering and person-centred way.

Post-diagnostic support has a commitment to deliver high quality care which adheres to the principles of the 5 pillar model embracing choice, independence and the service user’s rights.

The aim of the service is to deliver a model of PDS for people living with dementia, their families and carers which will keep people’s lives and networks intact and allow them to live well through the early stages of the illness, promote independence and help to prepare for the future.

two.2.5) Award criteria

Quality criterion - Name: Technical/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

2 x 12 month extensions available

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 ration)

(Total Current Assets divided by total current liabilities)

The acceptable range for this financial ration is:

>0.99

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 (i.e positive)

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.5.1a 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, Bidders are required to provide examples that demonstrate they have the relevant experience to deliver this 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. If you cannot provide any examples you should explain why at the bottom of the template. Your completed response should be no more than 2 pages of A4. The completed document should be uploaded to question 4C.1.2 of the qualification envelope on PCS-Tender. This is a pass/fail question. Failure to provide examples will result in your tender being rejected. Failure to provide examples that demonstrate relevant experience will result in your tender being rejected.

Minimum level(s) of standards possibly required

With reference to SPD question 4D.1, Bidders 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

7 November 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

7 November 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 21663. 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:

Non-scoreable guidance and question will be added to PCS-Tender and referenced to in the ITT Document

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:702128)

six.4) Procedures for review

six.4.1) Review body

Glsgow Sheriff Court

1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk