- 1. University of the Highlands and Islands
- 2. University of the Highlands and Islands
- 3. Inverness College UHI (Also known as UHI Inverness)
- 4. UHI Moray
- 5. North Highland College (Known as UHI North Highland)
- 6. Lews Castle College
- 7. West Highland College UHI
- 8. Highland Theological College
- 9. Sabhal Mòr Ostaig
- 10. Scottish Association for Marine Science ('SAMS')
Section one: Contracting authority
one.1) Name and addresses
University of the Highlands and Islands
12b Ness Walk
Inverness
IV3 5SQ
Telephone
+44 1463279000
Fax
+44 1463279001
Country
United Kingdom
NUTS code
UKM6 - Highlands and Islands
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00101
one.1) Name and addresses
University of the Highlands and Islands
12b Ness Walk
Inverness
IV3 5SQ
Telephone
+44 1463279000
Fax
+44 1463279001
Country
United Kingdom
NUTS code
UKM6 - Highlands and Islands
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00101
one.1) Name and addresses
Inverness College UHI (Also known as UHI Inverness)
1 Inverness Campus
Inverness
IV2 5NA
Telephone
+44 1463273000
Fax
+44 1463279001
Country
United Kingdom
NUTS code
UKM6 - Highlands and Islands
Internet address(es)
Main address
http://www.inverness.uhi.ac.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00454
one.1) Name and addresses
UHI Moray
Moray Street
Elgin
IV30 1JJ
michaela.munro.moray@uhi.ac.uk
Telephone
+44 1343576000
Fax
+44 1343576001
Country
United Kingdom
NUTS code
UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00460
one.1) Name and addresses
North Highland College (Known as UHI North Highland)
Ormlie Road
Thurso
KW14 7EE
Telephone
+44 1847889000
Fax
+44 1847889001
Country
United Kingdom
NUTS code
UKM6 - Highlands and Islands
Internet address(es)
Main address
http://www.northhighland.ac.uk/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00471
one.1) Name and addresses
Lews Castle College
Castle Grounds, Stornoway
Isle of Lewis
HS2 0XR
Telephone
+44 1851770000
Fax
+44 1851770001
Country
United Kingdom
NUTS code
UKM64 - Na h-Eileanan Siar (Western Isles)
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00459
one.1) Name and addresses
West Highland College UHI
Carmichael Way
Fort William
PH33 6FF
Telephone
+44 01397874000
Fax
+44 1851770001
Country
United Kingdom
NUTS code
UKM63 - Lochaber, Skye & Lochalsh, Arran & Cumbrae and Argyll & Bute
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA16402
one.1) Name and addresses
Highland Theological College
High Street
Dingwall
IV15 9HA
Telephone
+44 1349780203
Fax
+44 1851770001
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA29323
one.1) Name and addresses
Sabhal Mòr Ostaig
Sabhal Mor Ostaig, Teangue
Isle of Skye
IV44 8RQ
Telephone
+44 1471888000
Fax
+44 1471888001
Country
United Kingdom
NUTS code
UKM6 - Highlands and Islands
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00467
one.1) Name and addresses
Scottish Association for Marine Science ('SAMS')
Scottish Marine Institute, Oban
Argyll
PA37 1QA
Telephone
+44 1631559000
Fax
+44 1631559001
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA14563
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
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Framework Agreement for the Provision of Occupational Health Services to the named Academic Partners of the University of the Highlands and Islands
Reference number
CS-UHI-23668
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
The named Academic Partners of the University of the Highlands and Islands wish to form a sole supplier Framework Agreement for the Provision of Occupational Health Services. For the purpose of clarification, the below partners have access to this Framework Agreement. It should be noted that partners have the option to purchase requirements outside of this Framework Agreement and are under no obligation to use the Framework.
- UHI Executive Office
- UHI Inverness
- UHI Moray
- UHI North Highland
- UHI Outer Hebrides
- UHI West Highland
- Highland Theological College
- Sabhal Mòr Ostaig
- Scottish Association for Marine Science
It should be noted that UHI North Highland, UHI Outer Hebrides and UHI West Highland are expected to merge into one institution in the summer of 2023. In the event this merger takes place, the newly formed institution will have access to this contract.
Each named Academic Partner may join the Framework Agreement at any time during the Framework Agreement, for some this will be when their existing supply Agreements expire; this means that from the beginning of the Framework Agreement, participation may be phased in.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85140000 - Miscellaneous health services
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKM6 - Highlands and Islands
two.2.4) Description of the procurement
The named Academic Partners of the University of the Highlands and Islands wish to form a sole supplier Framework Agreement for the Provision of Occupational Health Services. For the purpose of clarification, the below partners have access to this Framework Agreement. It should be noted that partners have the option to purchase requirements outside of this Framework Agreement and are under no obligation to use the Framework.
- UHI Executive Office
- UHI Inverness
- UHI Moray
- UHI North Highland
- UHI Outer Hebrides
- UHI West Highland
- Highland Theological College
- Sabhal Mòr Ostaig
- Scottish Association for Marine Science
It should be noted that UHI North Highland, UHI Outer Hebrides and UHI West Highland are expected to merge into one institution in the summer of 2023. In the event this merger takes place, the newly formed institution will have access to this contract.
Each named Academic Partner may join the Framework Agreement at any time during the Framework Agreement, for some this will be when their existing supply Agreements expire; this means that from the beginning of the Framework Agreement, participation may be phased in.
The Contractor shall be able to provide occupational health services in the following areas:
- Management Referral
- Health surveillance services /vocational screening
- Immunisations Services
- Physiotherapy Services
- Telephone Advisory Service
- Pre-Employment Assessment and Fitness for Employment
- Assessments relating to reasonable adjustments
- Preparation of Occupational Health policies, standards and procedures in liaison with clinical governance
- Liaise with personnel of named Academic Partners and be present at meetings and events of requested
- Specialist support services (including blood borne viruses, mental health (including early intervention) and drug/alcohol referrals and support, and as required, testing as part of ongoing programme)
- In liaison with the Quality and Clinical Standards team ensure pathways and Clinical protocols for managing frequently occurring conditions e.g. stress, muscular-skeletal symptoms are deployed consistently
- Deliver annual health promotion campaigns
- Ongoing promotion of service availability to staff
Please note that the named Academic Partner may, at its own discretion, request the Contractor to provide additional, related services if required during the lifetime of the Framework Agreement.
Appointments will be provided by telephone, video call or face to face.
Face to face sessions shall either be provided at each of the main campuses between the office hours of 08:30 and 17:00 Monday to Friday, or alternatively, the Contractor shall be expected to have a provision local to the named Academic Partner that ensures that staff members accessing the service are not required to travel long distances for any appointments or consultations. For the purpose of clarification, service provision must be accessible via public transport and the journey must not exceed one (1) hour in duration.
Video call or telephone sessions should only take place instead of a face-to-face appointment when this is deemed to be appropriate by the Contractor. Justification must be provided to the representative of the named Academic Partner, and agreement given by the relevant staff member whose appointment the decision relates to.
It should be noted that the number of face-to-face appointments for Management Referral on an annual basis is anticipated to be very limited. A breakdown of historic face-to-face appointments is provided in the tender documentation. Although face-to-face service delivery is rarely required, it is crucial that it is available, in the event it is necessary.
Additional detail regarding this requirement is contained within the Invitation to Tender document and associated Appendices.
two.2.5) Award criteria
Quality criterion - Name: Geographical Coverage / Weighting: 15%
Quality criterion - Name: Skills and Expertise of Staff / Weighting: 15%
Quality criterion - Name: Implementation / Weighting: 10%
Quality criterion - Name: Exit Strategy / Weighting: 5%
Quality criterion - Name: Reduction in Absence Rates / Weighting: 10%
Quality criterion - Name: Added Value Services / Weighting: 5%
Quality criterion - Name: Customer Service / Weighting: 5%
Quality criterion - Name: Fair Work Practices / Weighting: 5%
Price - Weighting: 30%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The Framework Agreement will commence for an initial term of twenty-four (24) months.
The Authority reserves the right to extend the Framework Agreement for two (2) x twelve (12) month periods, subject to satisfactory performance and continued requirement of the Authority.
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
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.
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
- Where Staff are medical doctors; they will have the appropriate medical qualifications and General Medical Council (GMC) Registration and/or any other relevant bodies, other applicable training/qualifications and have undertaken the necessary continuing professional development stated by their Royal College/GMC and the requisite appraisal system – or equivalent.
- Where the Staff are nurses or nurse practitioners; they will have the appropriate nursing qualification, nursing registration and be suitably trained, and have undertaken the necessary continuing professional development stated by their Royal College of Nursing (RCN)/Nursing and Midwifery Council (NMC) – or equivalent.
- Where Staff are physiotherapists, they must be chartered and be registered with the Health and Care professions Council (HCPC) or equivalent.
- Staff carrying out specialised Services, such as health surveillance, or those operating as OH advisors / Technicians (and who are not qualified as a doctor or nurse) shall have the necessary qualifications, training and experience.
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
Insurance
Bidders must confirm they can provide the following supporting evidence prior to award:
- Employer's (Compulsory) Liability Insurance = 5 000 000 GBP or as required by statute
- Public Liability Insurance = 5 000 000 GBP
Accounts
The following evidence will be requested with tender submissions in order to conduct analysis of organisation’s financial standing:
Contractors are required to submit 2 years audited accounts including profit and loss statements, or equivalent before the tender submission deadline.
Alternatively, if you are unable to provide the required accounting information – e.g., a new business without the required accounts, please provide a banker’s letter demonstrating their willingness to support your organisation over the term of the Framework Agreement.
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
Doctors and nurses with the relevant qualifications and membership as set out above.
three.2.2) Contract performance conditions
As per specification of requirements, the SPD and all tender documentation.
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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
Date
19 April 2023
Local time
12:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
19 April 2023
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: March 2025 OR March 2026 OR March 2027
Please note that the timing for a future contract notice with regard to this requirement cannot be determined at this point in time.
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
The below documentation requires to be submitted as part of the tender submission:
Appendix A - Form of Tender
Appendix B - Freedom of Information
Appendix D - Supply Chain Code of Conduct
Appendix E - Commercial Questionnaire
Appendix F - Technical Questionnaire
Appendix G - GDPR Vendor Data Processor Assurance Assessment
Appendix H - Cloud Risk Evaluation Questionnaire
Appendix I - Cloud Security Principles
Appendix K - Conflict of Interest
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23653. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:724454)
six.4) Procedures for review
six.4.1) Review body
Inverness Sheriff and Justice of the Peace Court
Inverness
IV2 3EG
Country
United Kingdom