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
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
NHSGGC Evaluation of Whole Family Wellbeing Fund through Primary Care
Reference number
GGC0889
two.1.2) Main CPV code
- 79315000 - Social research services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Greater Glasgow and Clyde are working with the Scottish Government on a test of change programme as part of the national Whole Family Well-being Fund and we are now seeking to commission the evaluation component of this programme.
two.1.5) Estimated total value
Value excluding VAT: £134,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 73110000 - Research services
- 73210000 - Research consultancy services
- 79315000 - Social research 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
NHS Greater Glasgow and Clyde are working with the Scottish Government on a test of change programme as part of the national Whole Family Well-being Fund and we are now seeking to commission the evaluation component of this programme. It is proposed the evaluation would incorporate a mixed methods approach using qualitative and quantitative data. Innovative approaches should be considered for consulting with children / young people. We are also looking for bidders to recommend any existing evidenced tools/measures that could be utilised as part of this programme to assess change.
two.2.5) Award criteria
Quality criterion - Name: Quality/Technical / Weighting: 100
Cost criterion - Name: Cost / Weighting: 0
two.2.6) Estimated value
Value excluding VAT: £134,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
15
This contract is subject to renewal
Yes
Description of renewals
12 months extension may be applied if funding is confirmed
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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, 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
Minimum level(s) of standards possibly required
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
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
Minimum level(s) of standards possibly required
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
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-029215
four.2.2) Time limit for receipt of tenders or requests to participate
Date
18 November 2024
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
18 November 2024
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 ordering will be used
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 27733. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:780702)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton PLace
Glasgow
G5 9DA
Country
United Kingdom