Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Tayside Procurement Consortium
Fairmuir Depot, 365 Clepington Road
Dundee
DD8 3DZ
UK
Contact person: Julie Thompson (Commodity Manager)
Telephone: +44 1382834072
E-mail: julie.thompson@dundeecity.gov.uk
NUTS: UKM7
Internet address(es)
Main address: http://www.taysideprocurement.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12382
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
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/esop/pts-host/public/pts/web/login.html
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:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
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
Provision of Occupational Health and Well-being Services
Reference number: TPC/OCCHEALTH/19/06
II.1.2) Main CPV code
85147000
II.1.3) Type of contract
Services
II.1.4) Short description
The Tayside Councils (and their arms-length organisations and Tay Road Bridge) and Perth College wish the secure occupational health service and wish to contract with a provider under a single-provider framework..
II.1.5) Estimated total value
Value excluding VAT:
2 775 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85147000
II.2.3) Place of performance
NUTS code:
UKM7
Main site or place of performance:
Across Tayside.
II.2.4) Description of the procurement
This is a procurement project which will secure the services of an occupational health provider, for the 3 Tayside Councils (Angus Council, Dundee City Council and Perth and Kinross Council) and Tayside contracts. Other arms-length organisations (eg Tay Road Bridge, Leisure and Culture Dundee and Angus Alive), and other partner organisations (eg Perth College) will be able to utilise the services via the resultant procurement.
II.2.5) Award criteria
Criteria below:
Quality criterion: Service sustainability (the Tayside requirements)/governance arrangements
/ Weighting: 10.5
Quality criterion: Service provision general
/ Weighting: 10.5
Quality criterion: Partnership working
/ Weighting: 7
Quality criterion: Contract implementation and monitoring
/ Weighting: 10.5
Quality criterion: Performance management
/ Weighting: 10.5
Quality criterion: Admin and technology
/ Weighting: 7
Quality criterion: Quality of case reports
/ Weighting: 10.5
Quality criterion: Community benefits
/ Weighting: 3.5
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
06/01/2020
End:
05/01/2023
This contract is subject to renewal: Yes
Description of renewals:
12 months + 12 months (total potential period of 5 years).
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
II.2.14) Additional information
The PCST project number is 13258.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Bidder will be required to provide such details:
1) The bidder is enrolled in the relevant professional or trade registers kept in the Member State of its establishment (as described in Schedule 5 of the Public contracts (Scotland) Regulations 2015):
Eg. in the UK......the economic operator may be requested to provide a certification from the registrar stating that he is certified as incorporate or registered or, where he is not so certified, a certificate stating that the person concerned has declared an oath that he is engaged in the profession in a specific place under a given business name]. Bidders should refer to Schedule 5 of the Public Contracts (Scotland) Regulations 2015) and where applicable, provide details of equivalent registration.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Bidders will be required to state the value(s) for the financial measurements detailed below.
4B.6/4B.6.1
To provide us with the confidence that the provider can deliver the requirements of the contract, the following financial indicators will be used based on your last 2 years audited accounts:
Tenderers will be required to provide/state the value(s) for the following financial ratio(s):
— net profit for both financial years; if there has been a loss in any one year the tenderer must provide an explanation of the specific circumstances leading to the loss,
— current ratio equal to or greater than one in both financial years. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract,
— positive gearing ratio for both financial years. i.e. an excess of shareholders funds/partners' capital accounts/owners equity over loan finance in both of the financial years. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract,
— positive shareholders funds/positive partners’ capital accounts/positive owners equity (whichever is applicable to the type of business) in both of the financial years,
— unqualified audit report (if an audit is required).
The main/prime contractor is responsible for ensuring the suitability of sub-contractors, including financial standing, for the proposed services.
Where a tenderer does not meet these requirements further details should be provided to confirm why, and TPC may undertake additional financial checks and a qualitative judgement shall be made as to the financial capacity of the tenderer.
Parent company guarantee — with reference to the economic and financial standing criteria above, the purchaser reserves the right in its sole discretion to waive these minimum requirements in the case of bidders who are able to offer the purchaser adequate substitute surety to our entire satisfaction. By way of example only (but without limitation), adequate substitute surety may be an unqualified guarantee for the performance of the bidder’s entire obligations under the contract to follow on this process by a parent or associated company established in the UK and which parent or associated company does meet the minimum requirements set out in these criteria.
The parent company will be required to satisfy the same criteria detailed above.
Minimum level(s) of standards required:
Employer's liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10 000 000 GBP in respect of each claim, without limit to the number of claims.
Public liability insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5 000 000 GBP in respect of each claim, without limit to the number of claims.
Professional indemnity/medical malpractice insurance covering the failure of the bidder to use the skill and care normally used by professionals providing the services described in this tender to the level of 5 000 000 GBP in respect of each claim, without limit to the number of claims.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Occupational health clinicians, physiotherapists and counsellors each have to be qualified to a particular standard — as set out in the tender documents. (See TPC1906 specification of requirements which is located in the attachments area of PCST).
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
Occupational health clinicians, physiotherapists and counsellors each have to be qualified to a particular standard and registered with their appropriate body.
Set out in the specification of requirement (TPC1906 specification of requirement).
III.2.2) Contract performance conditions
Service coverage is 50 weeks per year with access to emergency counselling services for the remaining 2 weeks of the year.
In the provision of all services, a digital platform is required to ensure a streamlined approach, where managers are kept up to date at all times with the progress of their request.
— the provider shall ensure that online portal is available fifty (50) weeks a year, Monday to Friday 08.00 to 18.00, excluding public and bank holidays (Council specific), except for agreed downtime and maintenance which will be agreed with the contracting authorities at least seventy two (72) hours in advance of such work being carried.
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with a single operator.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2019/S 097-234629
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
01/10/2019
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
Tender must be valid until:
30/01/2020
IV.2.7) Conditions for opening of tenders
Date:
01/10/2019
Local time: 13:00
Place:
PCST Postbox.
Information about authorised persons and opening procedure:
Commodity Manager, Tayside Procurement Consortium.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
August 2025.
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Bidder exclusion:
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.
Sub-contracting:
The tenderer must ensure that a separate ESPD response (Sections A and B of Part III) for any proposed sub-contractor.
Community benefits:
There are requirements set, detailed within the 'TPC Specification of Requirement' document which is located within the attachments area of PCST.
E-Procurement:
The successful framework provider will require to adapt to the purchasers' requirements (electronic ordering/invoices and payment).
The buyer is using PCS-Tender to conduct this tender exercise. The project code is 13258.
Tender evaluation:
The tender evaluation methodology detailing the criteria and weightings can be found in the ‘TPC1906 Evaluation Guidance and Appendices’ documents within the Attachments Area of PCST.
The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 13258. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Awareness raising:
The provider shall undertake ‘Health Improvement Opportunities/Awareness Raising Events’ involved in the delivery of the contract as a minimum to the extent specified:
Specified — 5 per annum (15 total + 5 + 5 over 5 year period).
(Bidders are permitted to count ‘work experience placements’ or ‘employment opportunities for new starts’ (which may include apprentices) within the ‘Awareness Raising’ target of 5).
Awareness raising/health improvement activity can include but is not limited to the provision of health checks and/ or health improvement activity in partnership with Health Working Lives Tayside or other relevant partners. This provision can include support to small to medium employers or individuals who would not traditionally access Health Improvement support.
awareness raising activity may include but is not limited to delivery of:
The provision of health improvement activity to groups unlikely to seek medical advice i.e. men in traditional industries including construction, fishing or farming or disadvantaged clients including the unemployed or those on low incomes. Activity can include but is not limited to the provision of health checks and health improvement advice including, postural advice, substance misuse, stress and wellbeing awareness and nutrition and exercise advice.
Activities are to be delivered Tayside wide with efforts made to deliver at least one activity in each Council area per annum.
(SC Ref:595455).
VI.4) Procedures for review
VI.4.1) Review body
Tayside Procurement Consortium
Fairmuir Depot, 365 Clepington Road
Dundee
DD8 3DZ
UK
Telephone: +44 1382834072
E-mail: tayside.procurement@dundeecity.gov.uk
Internet address(es)
URL: http://www.taysideprocurement.gov.uk
VI.5) Date of dispatch of this notice
23/08/2019