Social and other specific services – public contracts
Contract award notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Greater Glasgow and Clyde
Procurement Department, Glasgow Royal Infirmary, 84 Castle Street
Glasgow
G4 0SF
UK
Contact person: Brian Roach
E-mail: Brian.Roach2@nhs.scot
NUTS: UKM82
Internet address(es)
Main address: http://www.nhsggc.scot/about-us/procurement/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10722
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Acute Financial Inclusion Services
Reference number: GGC0899
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
NHS Greater Glasgow and Clyde wish to commission the delivery of a financial inclusion service to support patients to maximise income, reduce household expenditure and debt to alleviate money worries.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
220 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Acute Financial Inclusion Services
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
Glasgow Royal Infirmary and Queen Elizabeth University Hospitals
II.2.4) Description of the procurement
NHS Greater Glasgow and Clyde wish to develop an Acute Site Financial Inclusion Service Procurement Framework with external providers for the delivery of financial inclusion services to support patients to maximise income, reduce household expenditure and debt alleviate money worries. An Acute Site Financial Inclusion Service which will focus on addressing immediate financial issues to prevent or alleviate crisis and to work to mitigate the potential for these issues to negatively impact on the client’s health status. The services will not offer lengthy casework support on site but will identify the clients’ financial needs, put in place immediate financial support (such as access to relevant grants and hardship funds; eligibility for social security benefits; support with food and home energy and other needs as appropriate) and connect clients with appropriate sources of support in their local community to ensure ongoing issues are supported through to resolution.
The target population for the service will be patients; carers/ families; and NHSGGC staff. Consideration on how best to target groups who are most vulnerable, in discussion with NHSGGC, is required.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Mental Health Acute Financial Inclusion Service
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKM82
UKM83
Main site or place of performance:
Gartnavel Hospital Campus and Leverndale Hospital
II.2.4) Description of the procurement
NHS Greater Glasgow and Clyde wish to commission the delivery of a financial inclusion service to support patients to maximise income, reduce household expenditure and debt to alleviate money worries. It is proposed that the service will be delivered weekly at Leverndale and Gartnavel Hospital Campus, co-located within Mental Health Acute and supporting approximately 48 referrals per quarter. The service will identify the clients’ financial needs and aim to maximise income by initiating or progressing relevant benefit applications, appealing benefit decisions, offering debt advice and support and seeking support with food and home energy as may be appropriate
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.11) Main features of the award procedure:
See Service Specification provided at
https://www.publictendersscotland.publiccontractsscotland.gov.uk
All of the above mandatory requirements must be met in order to deliver Acute Financial Inclusion Services. NHSGGC wish to support the development of financial inclusion organisations to meet these requirements and invites tenders from organisations who may require further training/ support to fulfil some requirements but can demonstrate the criteria in Section 1 as a minimum.
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-002459
Section V: Award of contract
Lot No: 1
Title: Acute Financial Inclusion Services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
07/04/2025
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
GEMAP Scotland Ltd
69 Aberdalgie Road, Easterhouse
Glasgow
G34 9HJ
UK
Telephone: +44 1417735850
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 200 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Title: Mental Health Acute Financial Inclusion Service
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
07/04/2025
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Money Matters Money Advice Centre
Orkney Street Enterprise Centre, Unit 1, 18-20 Orkney Street
Glasgow
G51 2BX
UK
Telephone: +44 1414455221
Fax: +44 1414457618
NUTS: UKM82
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 20 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
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
Technical and Professional Ability
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. This is pass/fail question. If examples are not provided, this will result in a fail. If the examples provided do not demonstrate the required level of experience, this will result in a fail.
Minimum level(s) of standards required:
With reference to SPD question 4D.1, Bidders must evidence a regularly reviewed and documented policy for Health and Safety (H&S) management endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of
your operations and set out your company's responsibilities of health and safety management and compliance with legislation. This is a pass/fail question. Failure to evidence your policy will result in your tender being rejected. Failure to evidence a policy that meets the requirements will result in your tender being rejected.
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
(SC Ref:796921)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9DA
UK
VI.5) Date of dispatch of this notice
23/04/2025