Section one: Contracting authority
one.1) Name and addresses
Scottish Prison Service
One Lochside, 1 Lochside Avenue
Edinburgh
Contact
Catharine Dempsey
catharine.dempsey@prisons.gov.scot
Telephone
+44 1313303572
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=AA00384
one.1) Name and addresses
Scottish Government
4 Atlantic Quay, 70 York St
Glasgow
G2 8EA
Telephone
+44 1412420133
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
one.1) Name and addresses
Historic Environment Scotland
Longmore House, Salisbury Place
Edinburgh
EH9 1SH
Telephone
+44 1316688866
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
http://historicenvironment.scot
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00164
one.1) Name and addresses
Scottish Parliamentary Corporate Body
The Scottish Parliament, Procurement Services
Edinburgh
EH99 1SP
Telephone
+44 1313486509
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=AA10284
one.1) Name and addresses
Crown Office and Procurator Fiscal Service
Crown Office, 25 Chambers Street
Edinburgh
EH1 1LA
procurementreturns@copfs.gov.uk
Telephone
+44 3000203000
Fax
+44 8445614069
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00292
one.1) Name and addresses
Scottish Courts and Tribunals Service
Saughton House, Broomhouse Drive
Edinburgh
EH11 3XD
Telephone
+44 1314443300
Fax
+44 8445614069
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
http://www.scotcourtstribunals.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00396
one.2) Information about joint procurement
The contract involves joint procurement
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
National or federal Agency/Office
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
SPS-02193 Occupational Health Services (OHS) Framework Agreement
Reference number
SPS-02193
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
SPS are leading a collaborative procurement on behalf of a range of Scottish public bodies (circa 40 Collaborative Partners) to secure a provider of Occupational Health Services. The services include (but are not limited to):
-OH case referrals by OH Doctors and/or Nurses;
-pre-employment medical screening;
-advising re ill health retirements;
-various forms of statutory & non-statutory health surveillance;
-Health & Lifestyle screening;
-Vaccinations;
-Health promotion activity;
-provision of specialist assessment, diagnostic testing & therapies such as psychology, physiotherapy, etc; and
-general OH advice to the public bodies using the Framework.
Services will be provided across Scotland as required (within agreed service levels) in response to client need.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
SPS are leading on this procurement process with the intention of awarding a Framework Agreement which reflects a single LOT for all Services. The OH provider may work with selected partners or to sub-contract elements of the work to provide availability of services to the partner organisations across Scotland.
Following publication of this Prior Information Notice (PIN) a Contract Notice will be issued following on with an Invitation to Tender(ITT) including the Single Procurement Document (SPD). The ITT will be published by SPS and will be made available to bidders via the Public Contract Scotland Tender (PCS-T) portal. Tender responses will then be evaluated by the SPS, Scottish Government (SG), Historic Environment Scotland (HES), Scottish Parliament, Scottish Courts and Tribunal Service (SCTS) and Crown Office & Procurator Fiscal Service (COPFS) in accordance with the evaluation methods outlined in the ITT.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
Full details of requirements will be available on publish of the ITT via PCS-T.
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
Bidders shall:
-be registered and accredited by Safe, Effective and Quality Occupational Health Service (SEQOHS);
-ISO 9001 Quality Management System;
-Cyber Essentials Plus; and
-ISO 27001 or equivalent.
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
Medical staff shall be appropriately qualified & registered with the General Medical Council or the Royal College of Nursing/Nursing & Midwifery Council (as role appropriate).
Occupational Health (OH) support staff will be suitably trained, experienced & supervised relative to the role. All disciplines will be able to evidence continuing OH development & appraisal as required by their professional body.
three.2.2) Contract performance conditions
As stated in the procurement 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 a single operator
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: 2024/S 000-018558
four.2.2) Time limit for receipt of tenders or requests to participate
Date
18 November 2024
Local time
10:00am
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
18 November 2024
Local time
10:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The Purchasing Authority is acting on behalf of the following organisations:
The Scottish Prison Service is contracting for itself AND on behalf of other contracting authorities as detailed below:
The Scottish Ministers (including Agencies), Scottish Non-Departmental Public Bodies, offices in the Scottish Administration which are not ministerial offices, cross-border public authorities within the meaning of section 88(5) of the Scotland Act 1998, the Scotland Office, the Crown Estate, the Scottish Parliamentary Corporate Body, special health boards, Forestry Commission, Advanced Procurement for Universities and Colleges, Scottish Futures Trust, Student Loans Company Ltd, the Commissioners of Northern Lighthouses, Scottish Ambulance Service, Business Stream Ltd, any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by one or more of the above, bodies financed wholly or mainly by one or more of the above, bodies subject to management supervision by one or more of the above and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, being appointed by one or more of the above.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27757. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:780668)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
Chalmers Street
Edinburgh
EH1 1LB
Country
United Kingdom