Section one: Contracting authority
one.1) Name and addresses
New College Lanarkshire
1 Enterprise Way, Motherwell Campus
Motherwell
ML1 2TX
Telephone
+44 3005558080
Country
United Kingdom
NUTS code
UKM84 - North Lanarkshire
Internet address(es)
Main address
http://www.nclanarkshire.ac.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00461
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
Other type
Education
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Occupational Health - New College Lanarkshire
Reference number
NCL-25-022
two.1.2) Main CPV code
- 75122000 - Administrative healthcare services
two.1.3) Type of contract
Services
two.1.4) Short description
The authority requires a supplier to deliver Occupational Health and Health Surveillance services, including fitness for work assessments, health monitoring, and professional advice to support staff wellbeing.
two.1.5) Estimated total value
Value excluding VAT: £360,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 75122000 - Administrative healthcare services
two.2.3) Place of performance
NUTS codes
- UKM84 - North Lanarkshire
two.2.4) Description of the procurement
The authority requires a supplier to deliver Occupational Health and Health Surveillance services to support staff wellbeing and ensure compliance with statutory health and safety requirements. The service will cover a range of activities,
-Management Referral
-Pre-Employment Assessment and advise on fitness for employment, along with any recommended adjustments. Where necessary obtain medical reports and arrange referrals to medical specialist
-Fitness for Work Assessments
-Provision of specialist OH advice and support to line managers and HR
-Preparation of OH policies, standards and procedures in liaison with clinical governance
-Liaison with NCL personnel and attendance at meetings and events as requested
-Provision of monthly progress reports and interpretation of client management information
-Utilisation of local medical resources to support the service where relevant i.e. OHP, physiotherapist, etc ensuring that a high standard of service is provided
-Providing managers with OH advice on short- and long-term sickness absence cases, outlining in detail rehabilitation and redeployment options where appropriate
-Proactive case management of frequent, short term and long-term absences
-In liaison with the Quality and Clinical Standards team ensuring pathways and clinical protocols for managing frequently occurring conditions e.g. stress, muscular-skeletal symptoms are deployed consistently
-Performing health surveillance and fitness for work health screening
-Deliver annual health promotion campaigns
-Providing advice on health-related Health & Safety legislation including First Aid at Work and Display Screen Equipment
Provision is required across the academic year (August to July)
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 70
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The authority reserves the right to extend this contract for a period of 2 x 12 month extensions.
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
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
Not Applicable
three.1.2) Economic and financial standing
List and brief description of selection criteria
Question 4B.6 of the SPD.
Please complete the questions on financial accounts and supporting information. Successful Tenderer’s will be required to provide two years of audited accounts or equivalent prior to award to the Agreement. This information will be used to assess the Tenderers economic and financial standing and is deemed a minimum standard and is mandatory. A fail will result in elimination from the procurement exercise.
Minimum level(s) of standards possibly required
Please refer to question 4B.5 of the SPD
Tenders must confirm they can provide the following support evidence prior to award
Question 4B.5.1b
Employers Liability Insurance – 5,000,000 GBP
Professional Liability Insurance – 5,000,0000 GBP
Public Liability Insurance - 5,000,000 GBP
Pass = The Tenderer has the relevant Insurance in place with evidence of an Insurance Certificate or the Tenderer has committed to obtaining the required insurance with evidence of a brokers letter.
Fail = The Tenderer does not have the relevant insurance requirements in place and cannot commit to obtaining the relevant insurance OR the Tenderer has stated they have the relevant insurance in place or can obtain it but is unable to provide evidence to demonstrate this.
Please refer to question 4B.6
To demonstrate and evidence suitable economic standing, successful Contractors will be required to provide 2 years audited accounts or equivalent if awarded the contract
Please refer to question 4B.6 of the SPD
Successful Tenderer’s will be required to provide two years of audited accounts or equivalent prior to award to the Agreement. This information will be used to assess the Tenderers economic and financial standing and is deemed a minimum standard and is mandatory. A fail will result in elimination from the procurement exercise
Question 4B.6
Pass = The Tenderer has provided all financial accounts and supporting information requirements outlined in PCS-Tender and has demonstrated satisfactory economic and financial standing.
Fail = The Tenderer has not provided the required financial accounts and supporting information or has provided the information but has not demonstrated satisfactory economic and financial standing
three.1.3) Technical and professional ability
List and brief description of selection criteria
Question 4C.1.2
Bidders are required to provide 2 examples in the last 3 years to demonstrate that they have relevant experience to deliver the services as described.
Question 4C.4
Please provide a statement of the relevant supply chain management and/or tracking systems use as requested below:
Tenderers must confirm prior to award that 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 systems in place to pay contractors through the supply chain promptly and effectively and provide evidence when requested of:
a) their standard payment terms
b) > or equal to 95% of all supply chain invoices being paid on time (in accordance with the terms of the contract) in the last financial year.
If the tenderer is unable to confirm (b) they must provide an improvement plan signed by their director which improves payment performance.
Please confirm on PCS-T that you can meet this requirement and this information shall be provided when requested, prior to award.
Question 4C.6 of the SPD
It is a minimum requirement that any nurse delivering the occupational health service under this contract is registered with the Nursing and Midwifery Council(NMC).
Question 4C.10
Please provide details of the proportion (i.e., percentage) of the contract that you intend to sub-contract.
Tenderers are required to confirm whether they intend to sub-contract or not and, if so, for what proportion of the contract.
This information must be provided on PCS-T with your tender submission as an attachment.
Minimum level(s) of standards possibly required
Question 4C.1.2
Pass = The Tenderer provided 2 examples of relevant experience in the last three years.
Fail = The Tenderer has not provided 2 examples of relevant experience in the last three years or the Tenderer has responded to the request but the examples provided are not relevant.
Question 4C.4
Pass = Tenderer has confirmed that they have access to the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain and will be in a position to provide evidence when requested of a) their standard payment terms and b) > or equal to 95% of all supply chain invoices being paid on time (in accordance with the terms of the contract) in the last financial year.
If unable to confirm, an improvement plan signed by their director which improves payment performance is provided.
Fail = Tenderer has been unable to confirm a) above and has not provided b) above, when requested.
Question 4C.6 of the SPD
Pass = The Tenderer has provided that staff have the relevant qualifications
Fail = The Tenderer has not provided that any staff have the required qualifications
Question 4C.10
Pass = Tenderer has confirmed whether it intends to subcontract or not and if so, details of proportion of contract sub-contracted are provided.
Fail = Tenderer has failed to answer the question.
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
6 November 2025
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
6 November 2025
Local time
3:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 24444.For more information see -
www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Tender Appendices
Form of Tender
Please complete “Appendix A – Form of Tender and submit with the tender.
Tenderers must complete the Form of Tender. It is for information only and will not be scored but it is a mandatory requirement of this tender.
Freedom of Information
Please complete “Appendix B – Freedom of Information” if applicable and submit
with the tender.
This information must only be submitted if applicable. It is for information only and will not be scored.
Sustain Supply Chain Code of Conduct
Please complete “Appendix D – Sustain Supply Chain Code of Conduct” and submit with the tender.
Tenderers must complete the Sustain Supply Chain Code of Conduct. It is for information only and will not be scored but is a requirement of this tender.
General Data Protection Regulation (GDPR)
Please complete “Appendix F – GDPR Contractor Assessment Form” and submit with the tender.
Tenderers must complete the GDPR Contractor Assessment Form. It is for information only and will not be scored but is a requirement of this tender and will be included in the contractual terms.
Serious Organised Crime
Please complete “Appendix G – Declaration of Non-Involvement in Serious Organised Crime” and submit with the tender.
Tenderers must complete the Declaration of Non-Involvement in Serious Organised Crime. It is for information only and will not be scored but is a requirement of this tender and will be included in the contractual terms.
Human Trafficking & Labour Exploitation
Please complete “Appendix H – Declaration of Non-Involvement in Human Trafficking & Labour Exploitation” and submit with the tender. Tenderers must complete the Declaration of Non-Involvement in Human Trafficking & labour Exploitation. It is for information only and will not be scored but is a requirement of this tender and will be included in the contractual terms.
SCM RP: Section 1
Please complete “Appendix I – SCM RP - Section 1” and submit with the tender.
Tenderers must complete SCM RP - Section 1. It is for information only and will not be scored but is a requirement of this tender and will be included in the contractual terms.
School Closure Dates
Please find attached “Appendix J – School Closure Dates 25/26” for information only.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29570. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Community benefits expected from this contract may include:
-Employment and recruitment – details of any new entrants to the workforce that will be employed as a result of this agreement. Detail whether these may be drawn from priority unemployed groups, graduates, apprenticeships or any other.
-Provision of skills and training opportunities – details of any work placements, work experience, careers events or site visits available as a result of the Agreement.
(SC Ref:802772)
six.4) Procedures for review
six.4.1) Review body
Hamilton Sheriff Court
Sheriff Court House, 4 Beckford Street
Hamilton
ML3 0BT
Country
United Kingdom