Tender

Occupational Health Services inc EAP/Physiotherapy Services and Substance and Alcohol Testing

  • West Lothian Council
  • West Lothian College
  • Improvement Service
  • Convention of Scottish Local Authorities (COSLA)

F02: Contract notice

Notice identifier: 2025/S 000-012452

Procurement identifier (OCID): ocds-h6vhtk-04fbcc (view related notices)

Published 2 April 2025, 11:09am



The closing date and time has been changed to:

16 May 2025, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

West Lothian Council

West Lothian Civic Centre, Howden South Road

Livingston

EH54 6FF

Email

hayleigh.valentine@westlothian.gov.uk

Telephone

+44 1506281814

Fax

+44 1506281325

Country

United Kingdom

NUTS code

UKM78 - West Lothian

Internet address(es)

Main address

https://www.westlothian.gov.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00140

one.1) Name and addresses

West Lothian College

Almondvale Crescent

Livingston

EH54 7EP

Email

enquiries@west-lothian.ac.uk

Telephone

+44 01506418181

Country

United Kingdom

NUTS code

UKM78 - West Lothian

Internet address(es)

Main address

http://www.west-lothian.ac.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00472

one.1) Name and addresses

Improvement Service

WLC Civic Centre, Howden South Road

Livingston

EH54 6FF

Email

info@improvementservice.org.uk

Telephone

+44 1506282012

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.improvementservice.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10882

one.1) Name and addresses

Convention of Scottish Local Authorities (COSLA)

Verity House, 19 Haymarket Yards

Edinburgh

EH12 5BH

Email

kieran@cosla.gov.uk

Telephone

+44 1314749323

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.cosla.gov.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA27523

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

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Occupational Health Services inc EAP/Physiotherapy Services and Substance and Alcohol Testing

Reference number

CC14042

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

The council in partnership with their partner organisations, West Lothian College and the Improvement Service, requires to secure professional occupational health medical advice to enable it to meet its duties and responsibilities for the health, safety, and welfare of its employees. In order to meet these duties and responsibilities, an Occupational Health Provider is required to deliver a full and comprehensive Occupation Health Service. It is proposed that the contract is split into 4 lots;

- Lot 1 - Occupational Health Services

- Lot 2 - Physiotherapy Services

- Lot 3 - EAP/Counselling Services

- Lot 4 - Alcohol and Substance Screening

two.1.5) Estimated total value

Value excluding VAT: £2,160,270

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Substance & Alcohol Screening

Lot No

4

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKM78 - West Lothian

two.2.4) Description of the procurement

West Lothian Council requires to secure professional substance and alcohol screening services to enable it to meet its duties and responsibilities for the health, safety and welfare of its employees as part of our policies on substance misuse.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Option to extend by up to a further 24 months in total.

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) Description

two.2.1) Title

Physiotherapy Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 85142100 - Physiotherapy services

two.2.3) Place of performance

NUTS codes
  • UKM78 - West Lothian

two.2.4) Description of the procurement

In Partnership with West Lothian College, West Lothian Council require to secure professional physiotherapy advice and treatment to improve the safety, comfort and performance of employees.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Option to extend by up to a further 24 months in total.

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) Description

two.2.1) Title

EAP/Counselling Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKM78 - West Lothian

two.2.4) Description of the procurement

West Lothian Council, in partnership with their partner organisations requires to secure professional EAP/Counselling as an early support intervention to all their employees and elected members on life-crisis and workplace issues.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Option to extend by up to a further 24 month in total.

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) Description

two.2.1) Title

Occupational Health Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 85100000 - Health services
  • 85147000 - Company health services

two.2.3) Place of performance

NUTS codes
  • UKM78 - West Lothian

two.2.4) Description of the procurement

West Lothian Council in partnership with their partner organisations requires to secure professional occupational health medical advice to enable it to meet its duties and responsibilities for the health, safety and welfare of its employees.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Option to extend by up to a further 24 months in total.

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

Re SPD question 4B.6 West Lothian Council will use Dun and Bradstreet’s DBAi financial reporting system to assess the financial stability of tenderers. Tenderers with a Failure Score of 50 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability. Please note that 49 or less will not be considered as having met this criteria. If a tenderer has a Failure Score of less than 50, the tenderer may be required to submit their last three years accounts.

In the event that the tenderer is not required to publish accounts and therefore does not have a Dun & Bradstreet or equivalent rating, tenderers should be able to provide financial accounts when requested. The council will then conduct an analysis of the accounts to ensure that there is no significant financial risk. Please note that if you intend on attaching 2 years accounts, these must include financial data over a 3-year period.

It is recommended that candidates review their own Dun & Bradstreet Score in advance of submitting their tender. If following this review tenderers consider that the Dun & Bradstreet Score does not reflect their current financial status, details of this should be provided, complete with evidence of a good high street credit rating (the equivalent of Dun & Bradstreet score 50) from a recognised credit referencing agency. The council will review any such information as part of the evaluation of Tenderer’s financial status.

In the event that a firm does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee.

Should after review of the financial evaluation the tenderer fail, then the tender submission may be rejected.

With reference to ESPD Q4B.5.1a,b&c; It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below.

Minimum level(s) of standards possibly required

Employer’s Liability Insurance = 10m GBP

Public/Products Liability Insurance = 10m GBP

Professional Indemnity Insurance = 2m GBP

Medical Malpractice = 10m GBP

Motor Insurance = Copy of Certificate required (if applicable)

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders will be required to confirm staff hold the following qualifications ad or certificates (as applicable);

Minimum level(s) of standards possibly required

Staff are required to hold the following qualifications ad or certificates (as applicable);

Lot 1 Occupational Health Services

Professional medical practitioners that have training, qualifications appropriate to the provision of an occupational health service, and who can demonstrate ongoing professional development. Such qualifications would include:

- OH Physicians: membership of the Faculty of Occupational Medicine;

- OH Nurse: registration with the Nursing and Midwifery Council as a specialist community public health nurse in occupational health or possession of an occupational health qualification at Certificate, Diploma, or Degree level;

- Occupational Therapists: approved occupational therapy qualification at certificate, Diploma or Degree level and registration with the Health & Care Professions Council

Lot 2 Physiotherapy

- Professional qualified Chartered Physiotherapists registered with the Chartered Society of Physiotherapy.

Lot 3 EAP/Counselling

- All counsellors and support staff engaged by the EAP Provider must be suitably qualified, operating to the professional standards of the British Association for Counselling and Psychotherapy (BACP) and/or the UK Employee Assistance Professionals’ Association (UK EAPA).

Lot 4 - Substance and Alcohol Screening

The specialist provider will provide professional practitioners that have training, qualifications appropriate to the provision of specialist collection and analysis service. Such qualifications would include:

- The SCO must be fully trained in the collection of first line screening and second line chain of custody procedures and protocols, as recommended by the UK Laboratory Guidelines for “Legally Defensible Workplace Drug Testing”

- The MRO must be fully trained physician who has completed additional training on substance misuse testing

- Physicians: membership of the Faculty of Occupational Medicine

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Bidders will have a number of pass/fail requirements they must confirm to within the technical envelope on PCS-Tender.

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

2 May 2025

Local time

12:00pm

Changed to:

Date

16 May 2025

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

2 May 2025

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: Contract will be awarded for 3 years with the option to extend by upto a further 24 months in total. If extension options are not utilised a further notice will be published in 2028. If extension options are utilised a further notice will be published in 2030.

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

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.

Re: SPD Q3D.1, 3D.2 and 3D.3 Bidders should answer these questions on Environmental, social and labour law in relation to compliance with the regulations covering Scotland and the UK.

TUPE – The incoming Contractor is responsible for obtaining legal and professional advice about relevant TUPE implications.

CONFIDENTIALITY - All information supplied by the Authority must be treated in confidence and not disclosed to third parties except

insofar as this is necessary to obtain sureties or quotations for the purpose of submitting the tender. All information supplied by you to the Authority will similarly be treated in confidence except:

(i) for any information required to be disclosed or otherwise provided by the Authority to any person in order to comply with the Freedom of Information (Scotland) Act 2002 and any codes of practice applicable from time to time relating to access to public authorities’ information.

The Tenderer shall co-operate, facilitate, support and assist the Authority in the provision of this information. In the event the Authority is required to provide information to any person as a result of a request made to it under such Act and/or codes, the Authority shall adhere to the requirements of such Act and/or codes in disclosing information relating to this Agreement, the Project documents and the Contractor.

(ii) that references may be sought from banks, existing or past clients, or other referees submitted by the tenderers;

(iii) for the disclosure of such information with regard to the outcome of the procurement process as may be required to be published in the Supplement to the Official Journal of the European Union in accordance with EU directives or elsewhere in accordance with the requirements of UK government policy on the disclosure of information relating to government contracts.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28516. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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:

To maximise the benefit aligned to community need, this approach is supported by the inclusion of a list of example standard Community Benefits; WLC Community Benefits List and a list of relevant local community benefits that Service areas will support via the WLC Community Wish List. Each benefit has an allocated number of points, which would be the points achieved by the supplier if that Community Benefit was delivered.

Please note: Community Benefits proposals will not form part of the award criteria and will not be evaluated but will be contractual obligations. More information can be found on the council’s website:

- Community Benefits in Procurement

- Community Benefits Wishlist

Please note, the spend associated with the Community Benefit allocated points is based on WLC only estimated spend and does not include spend from other partner organisations.

(SC Ref:791024)

six.4) Procedures for review

six.4.1) Review body

Livingston Sheriff Court

Howden South Road

Livingston

EH54 6FF

Country

United Kingdom