Contract notice
Section I: Contracting
authority
I.1) Name and addresses
West Lothian Council
West Lothian Civic Centre, Howden South Road
Livingston
EH54 6FF
UK
Telephone: +44 1506281814
E-mail: hayleigh.valentine@westlothian.gov.uk
Fax: +44 1506281325
NUTS: UKM78
Internet address(es)
Main address: https://www.westlothian.gov.uk/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00140
I.1) Name and addresses
West Lothian College
Almondvale Crescent
Livingston
EH54 7EP
UK
Telephone: +44 01506418181
E-mail: enquiries@west-lothian.ac.uk
NUTS: UKM78
Internet address(es)
Main address: http://www.west-lothian.ac.uk/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00472
I.1) Name and addresses
Improvement Service
WLC Civic Centre, Howden South Road
Livingston
EH54 6FF
UK
Telephone: +44 1506282012
E-mail: info@improvementservice.org.uk
NUTS: UK
Internet address(es)
Main address: www.improvementservice.org.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10882
I.1) Name and addresses
Convention of Scottish Local Authorities (COSLA)
Verity House, 19 Haymarket Yards
Edinburgh
EH12 5BH
UK
Telephone: +44 1314749323
E-mail: kieran@cosla.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.cosla.gov.uk/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA27523
I.2) Joint procurement
The contract involves joint procurement
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Occupational Health Services inc EAP/Physiotherapy Services and Substance and Alcohol Testing
Reference number: CC14042
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
The council in partnership with their partner organisations, West Lothian College and the Improvement Service, requires to secure professional occupational health medical advice to enable it to meet its duties and responsibilities for the health, safety, and welfare of its employees. In order to meet these duties and responsibilities, an Occupational Health Provider is required to deliver a full and comprehensive Occupation Health Service. It is proposed that the contract is split into 4 lots;
- Lot 1 - Occupational Health Services
- Lot 2 - Physiotherapy Services
- Lot 3 - EAP/Counselling Services
- Lot 4 - Alcohol and Substance Screening
II.1.5) Estimated total value
Value excluding VAT:
2 160 270.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Occupational Health Services
II.2.2) Additional CPV code(s)
85100000
85147000
II.2.3) Place of performance
NUTS code:
UKM78
II.2.4) Description of the procurement
West Lothian Council in partnership with their partner organisations requires to secure professional occupational health medical advice to enable it to meet its duties and responsibilities for the health, safety and welfare of its employees.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.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:
Option to extend by up to a further 24 months in total.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Physiotherapy Services
II.2.2) Additional CPV code(s)
85142100
II.2.3) Place of performance
NUTS code:
UKM78
II.2.4) Description of the procurement
In Partnership with West Lothian College, West Lothian Council require to secure professional physiotherapy advice and treatment to improve the safety, comfort and performance of employees.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.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:
Option to extend by up to a further 24 months in total.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
EAP/Counselling Services
II.2.2) Additional CPV code(s)
85100000
II.2.3) Place of performance
NUTS code:
UKM78
II.2.4) Description of the procurement
West Lothian Council, in partnership with their partner organisations requires to secure professional EAP/Counselling as an early support intervention to all their employees and elected members on life-crisis and workplace issues.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.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:
Option to extend by up to a further 24 month in total.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 4
II.2.1) Title
Substance & Alcohol Screening
II.2.2) Additional CPV code(s)
85100000
II.2.3) Place of performance
NUTS code:
UKM78
II.2.4) Description of the procurement
West Lothian Council requires to secure professional substance and alcohol screening services to enable it to meet its duties and responsibilities for the health, safety and welfare of its employees as part of our policies on substance misuse.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.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:
Option to extend by up to a further 24 months in total.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Re SPD question 4B.6 West Lothian Council will use Dun and Bradstreet’s DBAi financial reporting system to assess the financial stability of tenderers. Tenderers with a Failure Score of 50 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability. Please note that 49 or less will not be considered as having met this criteria. If a tenderer has a Failure Score of less than 50, the tenderer may be required to submit their last three years accounts.
In the event that the tenderer is not required to publish accounts and therefore does not have a Dun & Bradstreet or equivalent rating, tenderers should be able to provide financial accounts when requested. The council will then conduct an analysis of the accounts to ensure that there is no significant financial risk. Please note that if you intend on attaching 2 years accounts, these must include financial data over a 3-year period.
It is recommended that candidates review their own Dun & Bradstreet Score in advance of submitting their tender. If following this review tenderers consider that the Dun & Bradstreet Score does not reflect their current financial status, details of this should be provided, complete with evidence of a good high street credit rating (the equivalent of Dun & Bradstreet score 50) from a recognised credit referencing agency. The council will review any such information as part of the evaluation of Tenderer’s financial status.
In the event that a firm does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee.
Should after review of the financial evaluation the tenderer fail, then the tender submission may be rejected.
With reference to ESPD Q4B.5.1a,b&c; It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below.
Minimum level(s) of standards required:
Employer’s Liability Insurance = 10m GBP
Public/Products Liability Insurance = 10m GBP
Professional Indemnity Insurance = 2m GBP
Medical Malpractice = 10m GBP
Motor Insurance = Copy of Certificate required (if applicable)
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Bidders will be required to confirm staff hold the following qualifications ad or certificates (as applicable);
Minimum level(s) of standards required:
Staff are required to hold the following qualifications ad or certificates (as applicable);
Lot 1 Occupational Health Services
Professional medical practitioners that have training, qualifications appropriate to the provision of an occupational health service, and who can demonstrate ongoing professional development. Such qualifications would include:
- OH Physicians: membership of the Faculty of Occupational Medicine;
- OH Nurse: registration with the Nursing and Midwifery Council as a specialist community public health nurse in occupational health or possession of an occupational health qualification at Certificate, Diploma, or Degree level;
- Occupational Therapists: approved occupational therapy qualification at certificate, Diploma or Degree level and registration with the Health & Care Professions Council
Lot 2 Physiotherapy
- Professional qualified Chartered Physiotherapists registered with the Chartered Society of Physiotherapy.
Lot 3 EAP/Counselling
- All counsellors and support staff engaged by the EAP Provider must be suitably qualified, operating to the professional standards of the British Association for Counselling and Psychotherapy (BACP) and/or the UK Employee Assistance Professionals’ Association (UK EAPA).
Lot 4 - Substance and Alcohol Screening
The specialist provider will provide professional practitioners that have training, qualifications appropriate to the provision of specialist collection and analysis service. Such qualifications would include:
- The SCO must be fully trained in the collection of first line screening and second line chain of custody procedures and protocols, as recommended by the UK Laboratory Guidelines for “Legally Defensible Workplace Drug Testing”
- The MRO must be fully trained physician who has completed additional training on substance misuse testing
- Physicians: membership of the Faculty of Occupational Medicine
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Bidders will have a number of pass/fail requirements they must confirm to within the technical envelope on PCS-Tender.
III.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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
02/05/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
02/05/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Contract will be awarded for 3 years with the option to extend by upto a further 24 months in total. If extension options are not utilised a further notice will be published in 2028. If extension options are utilised a further notice will be published in 2030.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) 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.
Re: SPD Q3D.1, 3D.2 and 3D.3 Bidders should answer these questions on Environmental, social and labour law in relation to compliance with the regulations covering Scotland and the UK.
TUPE – The incoming Contractor is responsible for obtaining legal and professional advice about relevant TUPE implications.
CONFIDENTIALITY - All information supplied by the Authority must be treated in confidence and not disclosed to third parties except
insofar as this is necessary to obtain sureties or quotations for the purpose of submitting the tender. All information supplied by you to the Authority will similarly be treated in confidence except:
(i) for any information required to be disclosed or otherwise provided by the Authority to any person in order to comply with the Freedom of Information (Scotland) Act 2002 and any codes of practice applicable from time to time relating to access to public authorities’ information.
The Tenderer shall co-operate, facilitate, support and assist the Authority in the provision of this information. In the event the Authority is required to provide information to any person as a result of a request made to it under such Act and/or codes, the Authority shall adhere to the requirements of such Act and/or codes in disclosing information relating to this Agreement, the Project documents and the Contractor.
(ii) that references may be sought from banks, existing or past clients, or other referees submitted by the tenderers;
(iii) for the disclosure of such information with regard to the outcome of the procurement process as may be required to be published in the Supplement to the Official Journal of the European Union in accordance with EU directives or elsewhere in accordance with the requirements of UK government policy on the disclosure of information relating to government contracts.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28516. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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:
To maximise the benefit aligned to community need, this approach is supported by the inclusion of a list of example standard Community Benefits; WLC Community Benefits List and a list of relevant local community benefits that Service areas will support via the WLC Community Wish List. Each benefit has an allocated number of points, which would be the points achieved by the supplier if that Community Benefit was delivered.
Please note: Community Benefits proposals will not form part of the award criteria and will not be evaluated but will be contractual obligations. More information can be found on the council’s website:
- Community Benefits in Procurement
- Community Benefits Wishlist
Please note, the spend associated with the Community Benefit allocated points is based on WLC only estimated spend and does not include spend from other partner organisations.
(SC Ref:791024)
VI.4) Procedures for review
VI.4.1) Review body
Livingston Sheriff Court
Howden South Road
Livingston
EH54 6FF
UK
VI.5) Date of dispatch of this notice
02/04/2025