Acute Financial Inclusion Services

A Tender Notice
by NHS GREATER GLASGOW AND CLYDE

Source
Find a Tender
Type
Contract (Services)
Duration
4 year
Value
£220K
Sector
HEALTH
Published
24 Jan 2025
Delivery
To 03 Feb 2029 (est.)
Deadline
24 Feb 2025 12:00

Concepts

Location

Glasgow Royal Infirmary and Queen Elizabeth University Hospitals

Geochart for 1 buyers and 0 suppliers

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.

Lot Division

1 Acute Financial Inclusion Services
  • Duration: 4 year
  • Value: £200K

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.

2 Mental Health Acute Financial Inclusion Service
  • Duration: 1 year
  • Value: £20K

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

CPV Codes

  • 85000000 - Health and social work services

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** 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 The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27915. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:787482)

Reference

Domains