Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurementThe contract is awarded by a central purchasing body
I.3)CommunicationAdditional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityBody governed by public law
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Mental Health Improvement Capacity Building
Reference number: GGC0603
II.1.2)Main CPV code80510000 Specialist training services
II.1.3)Type of contractServices
II.1.4)Short description:
NHS Greater Glasgow and Clyde are seeking a dynamic organisation, or partnership of organisations, to deliver and evaluate evidence-based training resources and courses that will effectively build capacity across workforces engaged with the target populations/specific groups of interest and work with staff who already deliver training so that they can deliver mental health improvement related training in the future.
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)79632000 Personnel-training services
80000000 Education and training services
80500000 Training services
80511000 Staff training services
80521000 Training programme services
80561000 Health training services
92312212 Services related to the preparation of training manuals
II.2.3)Place of performanceNUTS code: UKM82 Glasgow City
II.2.4)Description of the procurement:
We expect that staff from the successful agency/agencies will be qualified to deliver courses and that the approach taken to training will be developed based on a sophisticated understanding of the current training landscape within GG&C, taking into account the national training targets set by Scottish Government, the current landscape of national training programmes and local need. The programme should ensure that participants are equipped with knowledge, understanding and confidence to support and promote positive mental health and well being with the people they work with and that this can be shown in both short term and longer term follow up mechanisms. There is also a need for train the trainer delivery to ensure sustainability beyond the life of this contract.
The successful agency/agencies will contribute to building a picture and clear understanding of the workforce current/future development needs in terms of mental health and well being, ongoing support needs, and appropriate next steps, through effective monitoring and evaluation of all training and resource delivery to ensure provision of high-quality evaluation outputs.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 100
Cost criterion - Name: Cost / Weighting: 0
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 27
This contract is subject to renewal: yes
Description of renewals:
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Additional funding may become available during the term of the contract. Additional funding is subject to availability and will be reviewed on an annual basis.
Option A is to provide flexibility should additional funding become available and can only be secured by the successful supplier.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.2)Economic and financial standingList and brief description of selection criteria:
With reference to ESPD question 4B.1.1, the bidder should provide its yearly turnover for the previous year. This is a pass/fail question.
Failure to provide this information will result in your bid being rejected.
With reference to ESPD question 4B.6 – NHS GG&C will use its financial evaluation matrix to assess the financial stability of tenderers.
Tenderers should complete the evaluation matrix spread sheet 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. Any
Candidates who score under 50 % in the financial status section will be deemed not to meet the organisations requirements and will not be taken forward. This is a pass/fail question. Failure to provide this information will result in your bid being rejected.
Tenderers should be able to provide financial accounts when requested by NHSGG&C.
Minimum level(s) of standards possibly required:
With reference to ESPD question 4B.5.1a. It is a requirement of this contract that tenderers hold, or can commit to obtain prior to the
Commencement of any subsequently awarded contract professional indemnity insurance = 2 000 000 GBP. This is a pass/fail question. Failure to provide this information will result in your bid being rejected.
With reference to ESPD question 4B.5.1b. It is a requirement of this contract that tenderers hold, or can commit to obtain prior to the
Commencement of any subsequently awarded contract employer’s (compulsory) liability insurance = 5 000 000 GBP. This is a pass/fail question.
Failure to provide this information will result in your bid being rejected.
With reference to ESPD question 4B.5.2. It is a requirement of this contract that tenderers hold, or can commit to obtain prior to the
Commencement of any subsequently awarded contract public liability insurance = 10 000 000 GBP. This is a pass/fail question. Failure to provide this information will result in your bid being rejected.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
With reference to ESPD question 4C.1.2, tenderers are required to provide examples that demonstrate they have the relevant experience to deliver the services. 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. If you cannot provide any examples you should explain why at the bottom of this template. Your completed response should be no more than 2 pages of A4. The completed document should be uploaded to Question 4C.1.2. Please note that this is a pass/fail question, if relevant previous experience and correct level of service is not demonstrated this will result in your tender being rejected.
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 09/12/2019
Local time: 13:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.7)Conditions for opening of tendersDate: 09/12/2019
Local time: 14:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 13568. 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:
Non-scoreable question has been included as part of this tender exercise as follows:
Bidders must demonstrate how they will meet each requirement set out in Document 14 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 be limited to: procedures and protocols, staff responsibilities, previous experience, management information statistics.
(SC Ref:601053)
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: NHS Greater Glasgow and Clyde
Postal address: Procurement Department, Glasgow Royal Infirmary, 84 Castle Street
Town: Glasgow
Postal code: G4 0SF
Country: United Kingdom
Telephone: +44 1412118794
Internet address:
http://www.nhsggc.org.uk/ VI.5)Date of dispatch of this notice:06/11/2019