Section one: Contracting authority
one.1) Name and addresses
NHS Lanarkshire
NHS Lanarkshire Headquarters, Kirklands, Fallside Road
Bothwell
G71 8BB
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