Base juridique:
Directive 2014/24/UE
Section I: Pouvoir adjudicateur
I.3)CommunicationAdresse à laquelle des informations complémentaires peuvent être obtenues: le ou les point(s) de contact susmentionné(s)
I.4)Type de pouvoir adjudicateurOrganisme de droit public
I.5)Activité principaleSanté
Section II: Objet
II.1)Étendue du marché
II.1.1)Intitulé:
Voluntary Organisation Fund Manager
Numéro de référence: GGC0681
II.1.2)Code CPV principal85000000 Services de santé et services sociaux
II.1.3)Type de marchéServices
II.1.4)Description succincte:
NHSGGC are seeking a fund manager to manage and disperse the new Glasgow ‘Well-being for Longer’ (WFL) Fund, on behalf of Glasgow Health and Social Care Partnership, to support local third sector organisations to deliver a range of approaches to improve the health outcomes of local residents.
II.1.5)Valeur totale estimée
II.1.6)Information sur les lotsCe marché est divisé en lots: non
II.2)Description
II.2.2)Code(s) CPV additionnel(s)85000000 Services de santé et services sociaux
II.2.3)Lieu d'exécutionCode NUTS: UKM82 Glasgow City
II.2.4)Description des prestations:
NHSGGC on behalf of Glasgow Health and Social Care Partnership (GHSCP) are seeking an organisation to develop and manage a ‘Well-being for Longer’ (WLG) fund for Glasgow City Council (GCC) area. The aim of the Fund is to enable community and third sector organisations to design and deliver programmes that enable Glasgow residents that are more likely to experience isolation (by equalities barriers such as age, disability and deprivation) to sustain well-being and reduce isolation.
II.2.5)Critères d’attributionCritères énoncés ci-dessous
Critère de qualité - Nom: Quality / Pondération: 100
Coût - Nom: Cost / Pondération: 0
II.2.6)Valeur estimée
II.2.7)Durée du marché, de l'accord-cadre ou du système d'acquisition dynamiqueDurée en mois: 24
Ce marché peut faire l'objet d'une reconduction: oui
Description des modalités ou du calendrier des reconductions:
Option to extend for 3 x 12-month periods.
II.2.10)VariantesDes variantes seront prises en considération: non
II.2.11)Information sur les optionsOptions: non
II.2.13)Information sur les fonds de l'Union européenneLe contrat s'inscrit dans un projet/programme financé par des fonds de l'Union européenne: non
II.2.14)Informations complémentaires
Section III: Renseignements d’ordre juridique, économique, financier et technique
III.1)Conditions de participation
III.1.2)Capacité économique et financièreListe et description succincte des critères de sélection:
With reference to ESPD question 4B.6 – NHSGG&C will use its financial evaluation matrix which can be uploaded from the attachments area on PCS-Tender 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. 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 NHSGG&C. If a minus or GBP 0 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.
Niveau(x) spécifique(s) minimal/minimaux exigé(s):
With reference to ESPD 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 = GBP 5 million
With reference to ESPD 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 = GBP 10 million.
III.1.3)Capacité technique et professionnelleListe et description succincte des critères de sélection:
With reference to ESPD question 4C.1.2, tenderers 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.
Section IV: Procédure
IV.1)Description
IV.1.1)Type de procédureProcédure ouverte
IV.1.3)Information sur l'accord-cadre ou le système d'acquisition dynamique
IV.1.8)Information concernant l’accord sur les marchés publics (AMP)Le marché est couvert par l'accord sur les marchés publics: non
IV.2)Renseignements d'ordre administratif
IV.2.2)Date limite de réception des offres ou des demandes de participationDate: 21/12/2020
Heure locale: 13:00
IV.2.3)Date d’envoi estimée des invitations à soumissionner ou à participer aux candidats sélectionnés
IV.2.4)Langue(s) pouvant être utilisée(s) dans l'offre ou la demande de participation:anglais
IV.2.7)Modalités d’ouverture des offresDate: 21/12/2020
Heure locale: 14:00
Section VI: Renseignements complémentaires
VI.1)RenouvellementIl s'agit d'un marché renouvelable: non
VI.2)Informations sur les échanges électroniquesLa facturation en ligne sera acceptée
Le paiement en ligne sera utilisé
VI.3)Informations complémentaires:
The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 17063. 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 propose to deliver any social, economic and environmental benefits as 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 be limited to: procedures and protocols, staff responsibilities, management information statistics.
(SC Ref:634041)
VI.4)Procédures de recours
VI.4.1)Instance chargée des procédures de recoursNom officiel: Glasgow Sheriff Court and Justice of the Peace Court
Adresse postale: 1 Carlton Place
Ville: Glasgow
Code postal: G5 9TW
Pays: Royaume-Uni
VI.5)Date d’envoi du présent avis:17/11/2020