Section one: Contracting authority
one.1) Name and addresses
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
Contact
Callum Ewan
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
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
Taxi & Private Hire Driver Medicals
Reference number
CT0935
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
The City of Edinburgh Council requires a medical provider to deliver medical advice to the Licensing Service regarding a person's fitness to drive a taxi or private hire vehicle.
two.1.5) Estimated total value
Value excluding VAT: £448,000
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
- 85141000 - Services provided by medical personnel
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
two.2.4) Description of the procurement
The City of Edinburgh Council (the Council) requires a medical provider to deliver medical advice to the Licensing Service regarding a person's fitness to drive a taxi or private hire vehicle.
The medical provider will be required to examine all new license applicant's fitness to meet DVLA Group 2 standards in order to drive a taxi or private hire vehicle in accordance with Council regulations. In addition, any currently licensed drivers aged 60 will be re-examined every time they renew their license and any driver over the age of 65 will be re-examined annually.
There are a total of approximately 5208 licensed taxi and private hire drivers with the Council.
Provisionally, the contract term will be for a period of three years with an optional one year extension, taken at the sole discretion of the Council.
Within this three year period, there are currently approximately 453 drivers turning 60 and approximately 345 drivers turning 65.
The medical provider would be expected to have scope to assess this number of drivers plus any new applicants whose figures cannot be estimated.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20
Price - Weighting: 80
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
The Council wishes to hold the option to extend for up to a further 12 months, undertaken at the sole discretion of the Council.
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
Please note that as a minimum standard:
The City of Edinburgh Council requires the provider to have an office based within geographical council boundaries.
The medical provider will be required to perform assessments on a weekly basis over 52 weeks of the year.
Assessments are required to be carried out face-to-face by a doctor.
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
Part IV: Selection criteria - B: Economic and financial standing – Question 4B.1 - Tenderers are required to have a minimum “general” annual turnover of 220,000 GBP for the last two financial years. Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
Part IV: Selection criteria - B: Economic and financial standing – Question 4B.4 - Tenderers will be required provide the following information in response to 4B.4:
- Current ratio for Current Year: 1.10
- Current ratio for Prior Year: 1.10
The formula for calculating a Tenderer’s current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.10. Where a Tenderer’s current ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
Part IV: Selection criteria - B: Economic and financial standing – Question 4B.5 - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
- a. Employers (Compulsory) Liability Insurance - 5m GBP
- b. Public Liability Insurance - 10m GBP
- c. Professional Indemnity - 5m GBP
Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Contract Specific Mandatory Criteria
Part IV: Selection criteria - C: Technical and Professional Ability – Prompt Payment – Question 4C.4 - It is a mandatory requirement of this Framework that a prompt payment clause is present in all Contracts used in the delivery of the requirements. This ensures payment of sub-contractors at all stages of the supply chain within 30 days and includes an obligation to provide a point of contact for sub-contractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance as well as the provision of evidence and reports to the Council on request or as contractually scheduled. Bidders should confirm that this condition will be met within the response to this question.
Part IV: Selection criteria - C: Technical and Professional Ability – Living Wage Payment – Question 4C.4
Tenderers are asked to confirm that they will pay staff that are involved in the delivery of the [framework agreement / contract, and/or any subsequent call off contract] (including any agency or sub-contractor staff) directly involved in the delivery of the [framework agreement / contract, and/or any subsequent call off contract]), at least the real Living Wage.
Part IV: Selection criteria - C: Environmental Management Measures – Question 4C.7 – Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to:
A completed copy of “Annex 1 - Contract Climate Change Plan” including planned projects and actions to reduce the bidder’s carbon emissions. This does not need to contain calculated carbon emissions.
Where a Tenderer’s response is of a less than the acceptable standard, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
Part IV: Selection criteria - C: Premises Within Council Boundaries – Question 4C.8 - As per the Specification, the City of Edinburgh Council requires the provider to have an office based within geographical council boundaries. In relation to the above, can you please provide the following information: does your organisation have premises within the above parameter?
Part IV: Selection criteria - C: Key Personnel – Question 4C.9 – It is a mandatory requirement of the contract that the Taxi/Private hire driver medical examinations are conducted by a fully qualified Doctor that is registered and holds a licence to practice with the GMC. Please indicate your compliance with this mandatory requirement.
Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management – Question 4D.1 - It is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a Health & Safety Policy and is required to do so, the Council may exclude the Bidder from the competition.
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
It is a mandatory requirement of this contract that the Taxi/Private hire driver medical examinations are conducted by a fully qualified Doctor that is registered and holds a licence to practice with the GMC.
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-015105
four.2.2) Time limit for receipt of tenders or requests to participate
Date
18 August 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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
18 August 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: If the full contract period is undertaken, this requirement shall likely be re-tendered in mid 2027
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
Tenderers who do not pass the contract specific mandatory criteria may not be subject to Commercial Analysis. As a result the tender may not be considered further.
Bidders must complete the Part A Exclusion and Award Criteria section of the Tenderers Submission document to demonstrate adherence to the Exclusion and Selection Criteria for this procurement.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24362. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
Contractors are expected to offer a suitable community benefit linked to the service.
(SC Ref:737592)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
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. 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 in the FTS 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.