Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
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:
Voluntary Organisation Fund Manager
Reference number: GGC0681
II.1.2)Main CPV code85000000 Health and social work services
II.1.3)Type of contractServices
II.1.4)Short description:
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)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)85000000 Health and social work services
II.2.3)Place of performanceNUTS code: UKM82 Glasgow City
II.2.4)Description of the procurement:
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)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: 24
This contract is subject to renewal: yes
Description of renewals:
Option to extend for 3 x 12-month periods.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
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.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.
Minimum level(s) of standards possibly required:
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)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 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: 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: 21/12/2020
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: 21/12/2020
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 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)Procedures for review
VI.4.1)Review bodyOfficial name: Glasgow Sheriff Court and Justice of the Peace Court
Postal address: 1 Carlton Place
Town: Glasgow
Postal code: G5 9TW
Country: United Kingdom
VI.5)Date of dispatch of this notice:17/11/2020