Notice Information
Notice Title
Transformational Change Programme - Implementation Science
Notice Description
Glasgow City Council are looking to secure a delivery partner to support us in continuing the implementation of our Transformational Change Programme. The successful provider must have expert knowledge, experience and capabilities in Implementation Science methodologies along with an excellent understanding of the strategic and policy context within which we operate. Understanding of frontline health and social care practice will also be vital.
Lot Information
Lot 1
Glasgow City Council are looking to secure a delivery partner to support us in continuing the implementation of our Transformational Change Programme. The successful provider must have expert knowledge, experience and capabilities in Active Implementation along with an excellent understanding of the strategic and policy context within which we operate. Understanding of frontline health and social care practice will also be vital. The successful provider will support us by; - Taking a whole systems approach and working closely with the senior management team providing Active Implementation coaching, governance and project management to support the delivery of our Transformational Change Programme. - Ensuring alignment of the vision and aims of the Transformational Change programme throughout our services and importantly with the vision and aims of partner agencies, providers and children and families - Upskilling managers and staff on the application of the Active Implementation methodology and frameworks - Developing an effective model of consistently high quality care practice applicable across our services building on current good practice, research and evidence tailored to service needs and consolidating strengths based assessment and intervention - Implementing the model across our system including the design, testing, implementation, scaling up and evaluation. Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Renewal: 1 Year extension following review.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-031c8c
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/010701-2023
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
73 - Research and development services and related consultancy services
-
- CPV Codes
73000000 - Research and development services and related consultancy services
Notice Value(s)
- Tender Value
- £420,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £361,021 £100K-£500K
Notice Dates
- Publication Date
- 13 Apr 20232 years ago
- Submission Deadline
- 5 Dec 2022Expired
- Future Notice Date
- 26 Apr 2022Expired
- Award Date
- 29 Mar 20232 years ago
- Contract Period
- 4 Jan 2023 - 31 Mar 2024 1-2 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GLASGOW CITY COUNCIL
- Contact Name
- Not specified
- Contact Email
- james.barr@glasgow.gov.uk
- Contact Phone
- +44 1412876426
Buyer Location
- Locality
- GLASGOW
- Postcode
- G2 1DU
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- TLM82 Glasgow City
-
- Local Authority
- Glasgow City
- Electoral Ward
- Anderston/City/Yorkhill
- Westminster Constituency
- Glasgow North East
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-031c8c-2023-04-13T16:09:02+01:00",
"date": "2023-04-13T16:09:02+01:00",
"ocid": "ocds-h6vhtk-031c8c",
"description": "Insurance Requirements are: Bidder shall take out and maintain, throughout the period of the contract: Employer's Liability insurance to the value of at least TEN MILLION POUNDS STERLING (10,000,000) in respect of any one event and unlimited in the period. (Waiver if preferred bidder is Sole Trader) Public Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000) in respect of any one event and unlimited in the period. Professional Indemnity insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000) in respect of any one event and in the aggregate. The above insurances shall be with an insurance company registered with Financial Conduct Authority (FCA) in the UK, or equivalent body for EU member states by the council and any organisation shall not sub-let or sub-contract any part of the commission unless the sub-contractor is similarly insured, unless the council agrees otherwise. Should the Bidder not have the specified insurances at the time of tendering then, the bidder must certify in their response to this ITT that the specified insurance will be obtained. Information on the FOI Act is contained in Appendix A of the ITT. Bidders must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI Certificate contained in the Qualification Envelope within the PCS Tender portal (NB the council does not bind itself to withhold this information). Bidders will be required to complete the FOI certificate at ITT stage. Bidders will be required to complete information in relation to Tenderer Amendments, Non Collusion and Prompt Payment as contained in the Technical Envelope area within the tender portal and the Buyers Attachment area. The successful bidder will be required to sign an Insurance Mandate, which will be issued in conjunction with the award letter authorising the Council to request copies of insurance documents from the successful bidder's insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Terms and Conditions are located within the Buyers Attachments area of the tender portal. Once the Evaluation of Price and Quality has been completed, the recommended bidder will be expected to provide all documentation as specified in the SPD. Failure to provide this information within 5 days may result in your bid being rejected and the Council proceeding with the procurement exercise to the next appropriate bidder. Additional information pertaining to this contract notice is contained within the Invitation To Tender documents. Bidders must ensure they are read in line with this contract notice. (SC Ref:728764)",
"initiationType": "tender",
"tender": {
"id": "GCC005572SW",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Transformational Change Programme - Implementation Science",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "73000000",
"description": "Research and development services and related consultancy services"
},
"mainProcurementCategory": "services",
"description": "Glasgow City Council are looking to secure a delivery partner to support us in continuing the implementation of our Transformational Change Programme. The successful provider must have expert knowledge, experience and capabilities in Implementation Science methodologies along with an excellent understanding of the strategic and policy context within which we operate. Understanding of frontline health and social care practice will also be vital.",
"value": {
"amount": 420000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Glasgow City Council are looking to secure a delivery partner to support us in continuing the implementation of our Transformational Change Programme. The successful provider must have expert knowledge, experience and capabilities in Active Implementation along with an excellent understanding of the strategic and policy context within which we operate. Understanding of frontline health and social care practice will also be vital. The successful provider will support us by; - Taking a whole systems approach and working closely with the senior management team providing Active Implementation coaching, governance and project management to support the delivery of our Transformational Change Programme. - Ensuring alignment of the vision and aims of the Transformational Change programme throughout our services and importantly with the vision and aims of partner agencies, providers and children and families - Upskilling managers and staff on the application of the Active Implementation methodology and frameworks - Developing an effective model of consistently high quality care practice applicable across our services building on current good practice, research and evidence tailored to service needs and consolidating strengths based assessment and intervention - Implementing the model across our system including the design, testing, implementation, scaling up and evaluation. Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"contractPeriod": {
"startDate": "2023-01-04T00:00:00Z",
"endDate": "2024-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "1 Year extension following review."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "1",
"deliveryLocation": {
"description": "Glasgow City"
}
}
],
"communication": {
"futureNoticeDate": "2022-04-27T00:00:00+01:00"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/go/445141190183E5568BCD",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Bidders must complete the Financial Viability Template as part of their submission. Responses to the Financial Viability Template will be evaluated on a pass or fail basis. Bidders are also required to attach copies of 3 years audited accounts. These should be uploaded to PCS-T along with the completed Financial Viability Template. Failure to pass this financial assessment will result in your application being rejected. GCC reserves the right to reject your tender if you fail to submit last 3 years audited accounts or equivalent and GCC is unable to assess your financial position. The financial evaluation at selection stage will include turnover Score, Pre Tax Profit Margin and Liquidity (Current Ratio and Leverage) and the minimum to pass (e.g. Bidders must achieve a score of 10 or above from a combination of all 4 financial requirements.) The Council reserves the right at its own discretion to seek such other information from the bidder in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the bidder's economic and financial standing.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Bidders will be required to provide evidence of experience of working in partnership with a public sector agency in delivering a complex change programme using Improvement Science methodology. This will include focus, duration, scale and outcomes achieved. Within the Technical Response Questionnaire, bidders will require to score a minimum of 60% to progress to the award stage.",
"appliesTo": [
"supplier"
]
}
]
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2022-12-05T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2022-12-05T12:00:00Z"
},
"bidOpening": {
"date": "2022-12-05T12:00:00Z"
},
"hasRecurrence": false,
"contractTerms": {
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"reviewDetails": "Glasgow City Council (\"the Council\") must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (\"the Regulations\"). The Council is obliged to comply with the Regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the Council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of; or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic Operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so."
},
"parties": [
{
"id": "GB-FTS-203",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "Chief Executives Department, City Chambers",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1412876426",
"email": "james.barr@glasgow.gov.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/go/445141190183E5568BCD"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.glasgow.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-41626",
"name": "Glasgow Sheriff Court",
"identifier": {
"legalName": "Glasgow Sheriff Court"
},
"address": {
"streetAddress": "1 Carlton Pl",
"locality": "Glasgow",
"postalCode": "G5 9DA",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1414298888"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-80203",
"name": "University of Strathclyde/CELCIS",
"identifier": {
"legalName": "University of Strathclyde/CELCIS"
},
"address": {
"streetAddress": "HASS, Level 6, Lord Hope Building, 141 St. James Road",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G4 0LT",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1414448500"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-203",
"name": "Glasgow City Council"
},
"language": "en",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000710413"
}
],
"awards": [
{
"id": "010701-2023-GCC005572SW-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-80203",
"name": "University of Strathclyde/CELCIS"
}
]
}
],
"contracts": [
{
"id": "010701-2023-GCC005572SW-1",
"awardID": "010701-2023-GCC005572SW-1",
"status": "active",
"value": {
"amount": 361021.52,
"currency": "GBP"
},
"dateSigned": "2023-03-30T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 1
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 1
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 1
}
]
}
}