Section one: Contracting authority
one.1) Name and addresses
Falkirk Council
Municipal Buildings, West Bridge Street
Falkirk
FK1 5RS
Telephone
+44 1324506566
Country
United Kingdom
NUTS code
UKM76 - Falkirk
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184
one.1) Name and addresses
Falkirk Community Trust
The Falkirk Community Stadium , 4 Stadium Way
Falkirk
FK2 9EE
hello@falkirkcommunitytrust.org
Telephone
+44 1324590909
Country
United Kingdom
NUTS code
UKM76 - Falkirk
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA20902
one.1) Name and addresses
South East of Scotland Transport Partnership (SEStran)
Area 3D (Bridge), Victoria Quay
Edinburgh
EH6 6QQ
Telephone
+44 1315245150
Country
United Kingdom
NUTS code
UKM73 - East Lothian and Midlothian
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA13442
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Occupational Health Services
Reference number
CHS/069/21
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
Falkirk Council is leading a procurement on its own account and on behalf of Falkirk Community Trust and SESTRAN to secure a provider of Occupational Health Services, to enable each organisation to meet their duties and responsibilities for the health, safety, and welfare of their employees.
two.1.5) Estimated total value
Value excluding VAT: £1,200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85100000 - Health services
- 85147000 - Company health services
two.2.3) Place of performance
NUTS codes
- UKM76 - Falkirk
two.2.4) Description of the procurement
Falkirk Council is leading a procurement on its own account and on behalf of Falkirk Community Trust and SESTRAN to secure a provider of Occupational Health Services, to enable each organisation to meet their duties and responsibilities for the health, safety, and welfare of their employees. Falkirk Council provides Human Resources support to Falkirk Community Trust and SESTRAN.
Falkirk Council has a workforce of c7000 employed across a range of services, including schools, social work, housing & building maintenance, cleansing/refuse collection, catering & cleaning, environmental services, and a range of support services, as well as c500 trainees in the Employment Training Unit (ETU).
There are an additional c500 employed within Falkirk Community Trust (FCT) and SESTRAN.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £1,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The initial contract duration is 3 years with the option to extend for a further 2 x 12 month periods.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The estimated value of GBP1.2M is for 5 years.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Bidders must pass the minimum standards sections of the SPD. These will be evaluated on a pass/fail basis.
Bidders shall be registered and accredited by Safe, Effective and Quality Occupational Health Service (SEQOHS); hold ISO 18000 Occupational Health and Safety Management System; hold ISO 14001 Environmental Management System; and ISO 9001 Quality Management System (or any substitute to these standards).
Bidders shall hold Cyber Essentials Plus, ISO 27001 or equivalent.
Bidders shall be able to evidence the following insurance levels:
Employer’s (Compulsory) Liability Insurance = GBP5M
Public Liability Insurance = GBP10M
Professional Indemnity Insurance = GBP2M
Medical Malpractice Insurance = GBP2M
three.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders will be required to have a minimum yearly turnover of GBP1M for the last two years in the business areas covered by the proposed contract. There must be no qualifications or contra-indication from any evidence provided in support of the bidders economic and financial standing.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Selection criteria as stated in the ITT.
Minimum level(s) of standards possibly required
Providers must have an electronic referral system in place. Systems must comply with the following:
Regular IT health checks/penetration tests must be carried out by a CHECK or CREST accredited company on both your IT infrastructure and your IT applications and any High or Medium-High (CVSS 4.5 and above) vulnerabilities are remediated.
Critical patches must be applied within 14 days of release.
Carry out a security assessment based on the National Cyber Security Centre 14 point Cloud Security principles.
The data is hosted (including any back-up arrangements) in the UK. If the EU confirms an “adequacy decision” in favour of the UK, hosting in the EEA would also be permitted.
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
Medical staff shall be appropriately qualified & registered with the General Medical Council or the Royal College of Nursing/Nursing & Midwifery Council (as role appropriate).
Occupational Health (OH) support staff will be suitably trained, experienced & supervised relative to the role.
All disciplines will be able to evidence continuing OH development & appraisal as required by their professional body.
three.2.2) Contract performance conditions
The OH provider will be expected to provide assurances regarding Fair Work Practices (Living Wage) in respect of those engaged to provide the services.
Staff utilised will (as role appropriate) be subject to employer led vetting with Disclosure Scotland and/or as required by the Protecting Vulnerable Groups (Scotland) Act 2007. The employer shall ensure that individuals engaged to perform the Services are able to undertake regulated work and are not subject to any formal consideration or listed which restricts their duties in respect of the ability to perform the Services.
The OH provider will be expected to comply with the terms of the Data Protection Act 2018 in respect of the management & appropriate handling of personal data/medical records. This will include evidencing appropriate systems & processes to support compliance.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
26 April 2021
Local time
12:00pm
Changed to:
Date
30 April 2021
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
26 April 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 12 months prior to the expiry date of the initial 3 year period or the extension period(s) at the option of the contracting authorities.
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=644281.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
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:
3 x employability workshops or events in a school, college or group within Falkirk Council per annum.
(SC Ref:644281)
six.4) Procedures for review
six.4.1) Review body
Falkirk Sheriff Court
Main Street
Falkirk
FK1 4AR
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
A tenderer that suffers loss as a result of a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. Falkirk Council (the Council) will have a minimum standstill period of 10 days before awarding the contract. The communication of the award decision notice will be sent by e-mail to all tenderers with the standstill period commencing on the next day. If proceedings are started in the Sheriff Court or the Court of Session against the Council in respect of the decision to award the contract within the standstill period then the Council is prevented from awarding the contract. Post contract award the Sheriff Court or the Court of Session may (1) award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose (2) be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.