Section one: Contracting authority
one.1) Name and addresses
Fife Council
Fife House, North Street
Glenrothes
KY7 5LT
Contact
Yahia Reggab
Telephone
+44 3451550000
Country
United Kingdom
NUTS code
UKM72 - Clackmannanshire and Fife
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00187
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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 A Physiotherapy and An Employee Counselling Service to Fife Council Employees & Associated Staff
Reference number
CFM006
two.1.2) Main CPV code
- 85147000 - Company health services
two.1.3) Type of contract
Services
two.1.4) Short description
Fife Council require the services of a contractor/(s) to provide a Physiotherapy Service and an Employee Counselling Service to Fife Council Employees & Associated Staff. This Contract may be awarded to either a single supplier or two suppliers (one supplier for each of the two services required or one supplier for more than one service).
two.1.5) Estimated total value
Value excluding VAT: £560,000
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
Provision of A Physiotherapy to Fife Council Employees & Associated Staff
Lot No
1
two.2.2) Additional CPV code(s)
- 85142100 - Physiotherapy services
two.2.3) Place of performance
NUTS codes
- UKM72 - Clackmannanshire and Fife
Main site or place of performance
Fife
two.2.4) Description of the procurement
The service is to be provided on a “pay as you go” model for employees to access this service through a management referral, with the successful provider invoicing the council for work undertaken one month in arrears with accompanying pre invoices.
Physiotherapy is accessed by employees who are unable to carry out a full range of duties due to musculoskeletal problems and where the condition is having an adverse impact on their ability to do their day-to-day job.
The provider must have premises in central Fife e.g. Glenrothes (ideally) or Kirkcaldy. Preference will be given to a location with strong public transport links, which supports the Council’s objective of Promoting a Sustainable Society.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £280,000
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
Optional 12 months extension
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
Provision of An Employee Counselling Service to Fife Council Employees & Associated Staff
Lot No
2
two.2.2) Additional CPV code(s)
- 85312320 - Counselling services
two.2.3) Place of performance
NUTS codes
- UKM72 - Clackmannanshire and Fife
Main site or place of performance
Fife
two.2.4) Description of the procurement
The service is to be provided on a “pay as you go” model for employees to access through a management referral or self-referral, with the successful provider invoicing the council for work undertaken one month in arrears with accompanying pre invoices. The current model is management referral or self-referral.
Management referrals may also be made where employees or groups of employees are in a formal council process e.g. grievance, performance, disciplinary procedure. Employees will be encouraged to attend and engage in counselling offered as a supportive mechanism for the employee.
The preferred model of service delivery is by telephone counselling or by a digital device. Face to face counselling shall also be offered where required. Where face to face counselling is offered, the successful provider must have premises in central Fife e.g. Glenrothes or Kirkcaldy. Preference will be given to a location with strong public transport links, which supports the Council’s objective of Promoting a Sustainable Society.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £280,000
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
Optional extension of 12 months period
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
All candidates must pass the SPD
4B1.1 - Tenderers are required to provide their annual turnover for their last two financial set of accounts.
4B.4 - The Current Ratio will be applied. Tenderers are to provide their current assets and current liabilities in relation to their audited published accounts for the last two years and to divide the current assets by the current liabilities figure. If a company does not have 2 years of audited published accounts an explanation should be given.
4B.5.1b - Insurance - Employer’s (Compulsory) Liability: Bidders are required to hold or commit to obtaining GBP 10,000,000 of Employer’s (Compulsory) Liability Insurance.
4B.5.2-Insurance-All other types listed: Bidders are required to hold or commit to obtaining, prior to the commencement of the contract, the levels of all other types of insurance cover indicated. The values of the policies must be as follows:
Employer’s Liability - 10 million GBP
Public Liability – 2.5 million GBP
Professional Negligence – 1 million GBP
Cyber Insurance - 5 million GBP
Data loss or breach- 5 million GBP
Minimum level(s) of standards possibly required
4B1.1 - Tenderers will be required to have a minimum “general” yearly turnover of GBP 315,00 for the last 2 years for each lot.
Tenderers shall be advised that where they do not currently meet the above requirements they shall require to confirm why and the Council may undertake additional financial checks using a tool such as Creditsafe and a qualitative judgement shall be made as to the financial capacity of the tenderer. Fife Council may require a parent company guarantee, a performance guarantee bond, a bank guarantee, and/or an advance payment bond.
4B.4 - Tenderers are expected to achieve a ratio of 1 or more. Where a Tenderer does not meet this requirement, further details should be provided to confirm why and the Council may undertake additional financial checks using a tool such as Creditsafe and a qualitative judgement shall be made as to the financial capacity of the tenderer. Fife Council may require a parent company guarantee, a performance guarantee bond, a bank guarantee, and/or an advance payment bond.
4B.5.1b - Where a Bidder does not confirm that they already have or can commit to obtaining, prior to the commencement of the contract, GBP 10,000,000 of Employer’s (Compulsory) Liability Insurance, the Council may exclude the Bidder from the competition.
4B.5.2 - Where a Bidder does not confirm that they already have or can commit to obtaining, prior to the commencement of the contract
Employer’s Liability - 10 million GBP
Public Liability – 2.5 million GBP
Professional Negligence – 1 million GBP
Cyber Insurance - 5 million GBP
Data loss or breach- 5 million GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
Physiotherapists must be qualified members of the Chartered Society of Physiotherapy, registered with the Health and Care Professions Council and preferably have experience/knowledge of occupations in a local authority context.
Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
There must be resilience for the successful provider to cover peaks of work and/or the absence (planned or unplanned) of their staff e.g. staff cover at the same qualification levels as the “core” staff covering the contract.
The successful provider will ensure that, if an employee specifically asks that an examination be completed by a practitioner of the same gender, the successful provider will be responsible for providing a suitable practitioner within one working week of the request being made and at no additional cost
Counsellors will have as a minimum a recognised counselling qualification.
The successful provider must be appropriately qualified and adhere to the Codes of Ethics and Practice of either COSCA (the Confederation of Scottish Counselling Agencies) or BACP (the British Association for Counselling and Psychotherapy). The provider must ensure that counsellors are suitably insured, and Fife Council is indemnified from any malpractice or public liability claims arising from this contract.
Psychologist (CBT) must be registered with The British Association for Behavioural & Cognitive Psychotherapies (BABCP)
Critical Incident/Violence at Work – Either BACP (the British Association for Counselling and Psychotherapy) or registered with The British Association for Behavioural & Cognitive Psychotherapies (BABCP)
Mediation – the successful provider must be appropriately qualified and experienced and hold an Accredited Mediator qualification e.g. completed the Scottish Community Mediation Centre training or equivalent.
There must be resilience for the successful provider to cover peaks of work and/or the absence (planned or unplanned) of their staff e.g. staff cover at the same qualification levels are the “core” staff covering the contract.
Minimum level(s) of standards possibly required
Physiotherapists must be qualified members of the Chartered Society of Physiotherapy, registered with the Health and Care Professions Council and preferably have experience/knowledge of occupations in a local authority context.
Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
There must be resilience for the successful provider to cover peaks of work and/or the absence (planned or unplanned) of their staff e.g. staff cover at the same qualification levels as the “core” staff covering the contract.
The successful provider will ensure that, if an employee specifically asks that an examination be completed by a practitioner of the same gender, the successful provider will be responsible for providing a suitable practitioner within one working week of the request being made and at no additional cost
Counsellors will have as a minimum a recognised counselling qualification.
The successful provider must be appropriately qualified and adhere to the Codes of Ethics and Practice of either COSCA (the Confederation of Scottish Counselling Agencies) or BACP (the British Association for Counselling and Psychotherapy). The provider must ensure that counsellors are suitably insured, and Fife Council is indemnified from any malpractice or public liability claims arising from this contract.
Psychologist (CBT) must be registered with The British Association for Behavioural & Cognitive Psychotherapies (BABCP)
Critical Incident/Violence at Work – Either BACP (the British Association for Counselling and Psychotherapy) or registered with The British Association for Behavioural & Cognitive Psychotherapies (BABCP)
Mediation – the successful provider must be appropriately qualified and experienced and hold an Accredited Mediator qualification e.g. completed the Scottish Community Mediation Centre training or equivalent.
There must be resilience for the successful provider to cover peaks of work and/or the absence (planned or unplanned) of their staff e.g. staff cover at the same qualification levels are the “core” staff covering the contract.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
See the tender documents
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 2
In the case of framework agreements, provide justification for any duration exceeding 4 years:
N/A
four.1.6) Information about electronic auction
An electronic auction will be used
Additional information about electronic auction
PCSTender
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: 2018/S 032-069964
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 January 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
17 January 2022
Local time
12:00pm
Place
Fife
Information about authorised persons and opening procedure
Yahia Reggab/ Jade Scott
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2025/2026
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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20309.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20309. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:677019)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House
Whytescauseway
Kirkcaldy
KY1 1XQ
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Economic operators should approach the contracting authority in the first instance. However, the only formal remedy is to apply to the courts:
An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session