Tender

Provision of Confidential Counselling Services

  • NHS Lanarkshire

F02: Contract notice

Notice identifier: 2021/S 000-030047

Procurement identifier (OCID): ocds-h6vhtk-02fcd5

Published 3 December 2021, 11:05am



The closing date and time has been changed to:

12 January 2022, 5:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

NHS Lanarkshire

NHS Lanarkshire Headquarters, Kirklands, Fallside Road

Bothwell

G71 8BB

Email

tenders@lanarkshire.scot.nhs.uk

Telephone

+44 7976930578

Country

United Kingdom

NUTS code

UKM8 - West Central Scotland

Internet address(es)

Main address

http://www.nhslanarkshire.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00297

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Confidential Counselling Services

Reference number

NHSL293-21

two.1.2) Main CPV code

  • 85312320 - Counselling services

two.1.3) Type of contract

Services

two.1.4) Short description

Part of NHS Lanarkshire Health Board (“the Board”), Salus Occupational Health, Safety & Return to Work Services provides a range of Occupational Health Services to all NHS Lanarkshire Staff. Confidential counselling services are currently provided to the staff of NHS Lanarkshire through this contract with a sole supplier which is now approaching the end of its final extension term. Salus are therefore looking to appoint a sole supplier to this contract that will provide a continued, equal level of service to NHS Lanarkshire staff. (“the Service”). This counselling provision will be specifically for the employees of NHS Lanarkshire (10,300 WTE).

two.1.5) Estimated total value

Value excluding VAT: £156,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85312300 - Guidance and counselling services

two.2.3) Place of performance

NUTS codes
  • UKM8 - West Central Scotland

two.2.4) Description of the procurement

Part of NHS Lanarkshire Health Board (“the Board”), Salus Occupational Health, Safety & Return to Work Services provides a range of Occupational Health Services to all NHS Lanarkshire Staff. Confidential counselling services are currently provided to the staff of NHS Lanarkshire through this contract with a sole supplier which is now approaching the end of its final extension term. Salus are therefore looking to appoint a sole supplier to this contract that will provide a continued, equal level of service to NHS Lanarkshire staff. (“the Service”). This counselling provision will be specifically for the employees of NHS Lanarkshire (10,300 WTE).

two.2.5) Award criteria

Quality criterion - Name: Written Quality/Technical Response Document / Weighting: 40

Quality criterion - Name: Presentation / Weighting: 40

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £156,000

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

1.4 The duration of the contract will be for a period of three (3) years, with an opportunity to review and extend the contract for a further one (1) year with an optional one (1) year thereafter.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Please refer to SPD

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

Organisations and counsellors are required to have accreditation with BACP or COSCA. Documentation must be provided to confirm this.

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

5 January 2022

Local time

5:00pm

Changed to:

Date

12 January 2022

Local time

5:00pm

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

5 January 2022

Local time

5:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: At the end of the contract term and prior to or after extension options the Board may wish to retender for this Contract depending on the requirements at that 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

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=675816.

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:675816)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=675816

six.4) Procedures for review

six.4.1) Review body

Hamilton Sheriff Court

Hamilton

Country

United Kingdom