Social and other specific services – public contracts
Contract 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
Telephone: +44 1412015388
E-mail: deborah.fulton@ggc.scot.nhs.uk
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.3) Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
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
GGC0921 Multiple Risk Prevention & Risk
Reference number: GGC0921
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
Glasgow City HSCP is seeking a high-quality, forward-thinking organisation(s) to deliver a person centred multiple risk programme for young people affected by/or at risk from risk taking behaviours. This programme will complement the work of the HSCP workforce and partners. This programme of work will provide an important contribution to the young people’s overall wellbeing including components outlined in the mental health improvement framework.
The provider will be responsible for developing the programme content, interventions (with agreed outcomes, content and duration) and relevant support resources as required, screening tools, implementing and evaluating interventions and overall service delivery.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKM82
II.2.4) Description of the procurement
Glasgow City HSCP is seeking a high-quality, forward-thinking organisation(s) to deliver a person centred multiple risk programme for young people affected by/or at risk from risk taking behaviours. This programme will complement the work of the HSCP workforce and partners. This programme of work will provide an important contribution to the young people’s overall wellbeing including components outlined in the mental health improvement framework. (See Appendix 1).
The provider will be responsible for developing the programme content, interventions (with agreed outcomes, content and duration) and relevant support resources as required, screening tools, implementing and evaluating interventions and overall service delivery.
The multiple risk approach taken with the successful provider of this contract should include a combination of 4 different elements:
1. Knowledge base – potential risk-taking behaviours including alcohol, drugs, tobacco, gambling, sex, online activities and antisocial behaviours. Links should also be made to the children and young person’s mental health and wellbeing strategy and the existing NHS sexual health and relationships programme delivered in schools.
2. Social competence – coping, decision making and resistance training.
3. Social influence – social norms, peer, family and media influences.
4. Resilience building – asset building approaches and protective factors.
It is expected that flexible, culturally appropriate approaches will be used and that bidders will demonstrate a sophisticated understanding of the pattern of inequalities in Glasgow City and of the barriers in working in communities where people experience multiple vulnerabilities including poverty in many forms alongside trauma, loneliness and isolation.
To maximise impacts, the programme should deliver both outcome and solution focused interventions. A key focus of the contract is in developing resilience and capacity to enable young people to better deal with challenges or adversity in their lives. Interventions should be time limited with ongoing service user reviews built into the structure.
The programme will be delivered to young people (primarily aged 12-19) via the Youth Health Service (YHS) across the city who require support to address risk taking behaviours. The programme will be delivered as part of an integrated team approach within the Youth Health Service.
The Youth Health Service is delivered in 9 venues across the city, 1 evening per week per venue and the successful supplier will be expected to deliver the Multiple Risk 1-2-1 programme as part of the YHS model within the same premises.
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.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2021/S 074-190511
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
28/03/2025
Local time: 13:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
With reference to SPD question 4B.4, tenderer 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
With reference to SPD question 4B.4, tenderer 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 (i.e positive)
Minimum Level(s)
With reference to SPD question 4B.5.1a it is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract Professional Indemnity Insurance = GBP2m
With reference to SPD 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 = GBP5m
With reference to SPD 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 = GBP5m
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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28407. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Bidders are required to summarise any proposed community benefits that will be developed and delivered as part of this contract if successful. 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 limited to: procedures and protocols, staff responsibilities, previous experience, management information statistics.
(SC Ref:780240)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9DA
UK
Internet address(es)
URL: https://www.scotcourts.gov.uk/
VI.5) Date of dispatch of this notice
25/02/2025