Section one: Contracting authority
one.1) Name and addresses
Orkney Islands Council
Council Offices
Kirkwall
KW15 1NY
Contact
Rosemary Colsell
rosemary.colsell@orkney.gov.uk
Telephone
+44 1856873535
Fax
+44 01856876158
Country
United Kingdom
NUTS code
UKM65 - Orkney Islands
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00369
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
OIC/PROC/1916
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
Orkney Islands Council (the Authority) has a requirement for the provision of a formal Occupational Health Service with the clear priority duty of the contractor being to provide advice to the Authority and/or employees rather than the provision of treatment.
two.1.5) Estimated total value
Value excluding VAT: £425,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85147000 - Company health services
- 85140000 - Miscellaneous health services
two.2.3) Place of performance
NUTS codes
- UKM65 - Orkney Islands
Main site or place of performance
Orkney Islands
two.2.4) Description of the procurement
This Specification sets out Orkney Islands Council (the Authority) requirements for the provision of a formal Occupational Health Service with the clear priority duty of the contractor being to provide advice to the Authority and/or employees rather than the provision of treatment.
Orkney is located off the northern coast of the Scottish mainland and covers 100,000 hectares spread over approximately 70 islands, 19 of which are inhabited by a population of approximately 22,400.
The Authority was established as a Unitary Authority in 1974 and is the islands largest employer with 2,770 employees (1,709 Full Time Equivalents). The Authority currently provides a full range of statutory and non-statutory services to the community through 4 services: Education, Leisure and Housing (including UHI Orkney); Strategy, Performance and Business Solutions; Neighbourhood Services and Infrastructure; Enterprise and Sustainable Regeneration and Orkney Health and Care. Additionally, the Authority also operates Orkney Ferries as an arms-length Company, with a separate management board, which for the purposes of this tender should be considered as part of the Authority.
The current Council Occupational Health service is provided on a ‘pay as you go’ basis and is provided through a local independent Occupational Health Doctor and a combination of ad hoc service provision via TAC Healthcare based in Aberdeen.
two.2.5) Award criteria
Quality criterion - Name: Project Methodology / Weighting: 25
Quality criterion - Name: Contract Management and Quality Assurance / Weighting: 20
Quality criterion - Name: Contract Administration / Weighting: 15
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £425,000
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
This is a continuing requirement with a new procurement exercise due to commence in spring summer 2029
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 contract duration and contract value are based on an initial contract period of 36 months with an authority held option to extend by a further 2 x 12 month periods.
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 it is required within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.
Occupational Health Physician - Member, or Associate, of the Faculty of Occupational Medicine of the Royal College of Physicians, or equivalent accredited in specialist in occupational medicine by the Joint Committee on Higher Medical training or equivalent and appropriate qualifications to carry out Health Surveillance/Vocational Screening.
Occupational Health Nurse -
Qualified occupational health nurse with a minimum of 3 years experience and appropriate qualifications to carry out Health Surveillance/Vocational Screening
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
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
The contractor shall comply in all respects with relevant legislation, including but not restricted to:
a) Obligations under the provisions of the Health and Safety at Work, etc. Act 1974
b) Statutory medical examinations that are required in certain circumstances because of occupational exposure and other health surveillance procedures as my be required by legislation (e.g. COSHH, HAVS)
c) Maintaining all information in a confidential manner compliant with the Data Protection Act 1998 and the Access to Medical Records Report Act 1988;
d) Ensuring compliance with the Local Government Pension Scheme and Scottish Teachers Superannuation Scheme regulations;
e) Ensuring compliance with the Authority’s’ policies and procedures;
f) Complying will all other areas of employment law and associated health, safety and welfare regulations.
g) Merchant Shipping Regulations 2007;
h) Complaince with the National Occupational Standards/Codes of Practice
three.2.2) Contract performance conditions
As detailed in the contract 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.1.8) 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: 2017/S 089-174856
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 September 2024
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
20 September 2024
Local time
2:00pm
Place
Via TEAMS
Information about authorised persons and opening procedure
3 Officers with Delegated Authority one of which must be at Service Manager (Procurement) or equivalent level.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: July 2029
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
Orkney Islands Council reserves the right to cancel the procurement at any stage and not award a Contract. The expenditure, work or effort
undertaken by bidders prior to the award of any Contract is accordingly a matter solely for the commercial judgement of bidders. Late
tenders will not be considered by the Council and all questions are to be submitted via the Questions and Answers section of this contract
advertisement on PCS. An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the
Public Contracts (Scotland) Regulations may bring proceedings in the Sheriff Court of Court of Session.
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=768250.
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.
(SC Ref:768250)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=768250
six.4) Procedures for review
six.4.1) Review body
Kirkwall Sheriff Court
Watergate
Kirkwall
KW15 1DP
Telephone
+44 1856872110
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
Kirkwall Sherriff Court
Watergate
Kirkwall
KW15 1DP
Telephone
+44 1856872110
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
Kirkwall Sherriff Court
Watergate
Kirkwall
KW15 1DP
Telephone
+44 1856872110
Country
United Kingdom