Section one: Contracting authority
one.1) Name and addresses
Audit Scotland
102 West Port
Edinburgh
EH3 9DN
Contact
Susan Burgess
sburgess@audit-scotland.gov.uk
Telephone
+44 7970331736
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=AA00428
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.publiccontratcsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontratcsscotland.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.publiccontratcsscotland.gov.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Occupational Health Services & Health Checks
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
Occupational Health Services & Health Checks
two.1.5) Estimated total value
Value excluding VAT: £300,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Various locations in Scotland
two.2.4) Description of the procurement
Audit Scotland require a supplier to be able to deliver the following services
Occupational Health Services & Health checks
Pre employment checks for potential new employees
Pre employment follow on occupational health review / appointment
Management OH case referrals
Confidential Counselling / Employee assistance programme costs - Telephone/Video/Face to Face meetings
Health screening for age under 50s
Health screening for age over 50s
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
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
Following the initial contract period of 36 months there may be an additional 1 x 12 month extension period taken up.
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
STAFFING AND QUALIFICATIONS
Medical Doctors to hold General Medical Council (GMC) Registration.
Nurses/ Nursing Practitioners to hold the appropriate nursing qualification, nursing registration and be suitably trained, and have undertaken the necessary continuing professional development stated by their Royal College of Nursing (RCN)/Nursing and Midwifery Council (NMC).
Staff carrying out specialised Services, such as health screening services, health surveillance or specialised medicals, or those operating as OH advisors / Technicians (and who are not qualified as a doctor or nurse) shall have the necessary qualifications, training and experience.
Staff delivering the Services will not have any competence/professional issues pending with the GMC or RCN/NMC or other relevant body/emplo
three.1.2) Economic and financial standing
List and brief description of selection criteria
Tenderers must demonstrate a current ratio of 1.0 or more.
Current ratio will be calculated as follows: The total current assets divided by Total current liabilities.
There must be no qualification or contra-indication from any evidence provided in support of the tenderers economic and financial standing.
Minimum level(s) of standards possibly required
The tenderer confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:
public liability insurance cover of at least one million pounds sterling (GBP 1,000,000) per incident
employers liability insurance cover of at least five million pounds sterling (GBP 5,000,000); and
professional indemnity insurance of at least one million pounds sterling (GBP 1,000,000) per incident.
Such insurances must be maintained for the duration of the Contract and for a minimum of 5 years following the expiry or termination of
the Contract as appropriate.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Statement for 4C.4 Supply Chain Management/Tracking Systems Used :
If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm
they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain.
This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively,
and provide evidence when requested of:
a) their standard payment terms
b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year
If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment
performance.
4C.6 Educational and Professional Qualifications
Tenderers will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications:
The tenderer must also hold :
ISO 27001.
or provide evidence of an active ISO 27001 process with a date for certification.
Please refer to the Specification for more information.
4C.10 Proportion (%) to be Sub-Contracted
Bidders are asked to confirm whether they intend to subcontract and, if so, for what proportion of the contract
Please complete the attached Form
DELIVERY PARTNER / SUB-CONTRACTOR DECLARATION
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 Doctors to hold General Medical Council (GMC) Registration.
Nurses/ Nursing Practitioners to hold the appropriate nursing qualification, nursing registration and be suitably trained, and have undertaken the necessary continuing professional development stated by their Royal College of Nursing (RCN)/Nursing and Midwifery Council (NMC).
Staff carrying out specialised Services, such as health screening services, health surveillance or specialised medicals, or those operating as OH advisors / Technicians (and who are not qualified as a doctor or nurse) shall have the necessary qualifications, training and experience.
Staff delivering the Services will not have any competence/professional issues pending with the GMC or RCN/NMC or other relevant body/employer.
three.2.2) Contract performance conditions
CYBER - Please note there are minimum requirements concerning Cyber Security for this contract as set out in the Evaluation and Award Criteria - The supplier must hold ISO 27001 certification or provide evidence of an active ISO 27001 process with a date for certification.
STANDARD CLAUSE - Tenderers are asked to confirm that they will include the standard clause in all contracts used in the delivery of
the requirements, ensuring payment of sub-contractors at all stages of the supply chain within 30 days and include a point of contact for
sub-contractors to refer to in the case of payment difficulties. This will require you to actively monitor payment performance and provide
evidence and reports to the contracting authority on a regular basis
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
Date
30 January 2025
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
30 January 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Yes it is likely that a future procurement will be undertaken to replace this contract when it expires after additional extension period.
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 athttps://www.publiccontractsscotland.gov.uk/authority/noticecreate/Question21.aspx?ID=786123
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.
Download the copy of the online SPD document here (to be completed online through postbox submission):
https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=780897
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=786123.
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:786123)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=786123
six.4) Procedures for review
six.4.1) Review body
Clerk of the Sheriff Appeal Court
Justiciary Office, Parliament Square
Edinburgh
EH1 1RQ
Country
United Kingdom