Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  South Lanarkshire Council
  Council Headquarters, Almada Street, Almada Street
  Hamilton
  ML3 0AA
  UK
  
            Contact person: Marie McGowan
  
            Telephone: +44 1698454793
  
            E-mail: marie.mcgowan@southlanarkshire.gov.uk
  
            NUTS: UKM95
  Internet address(es)
  
              Main address: http://www.southlanarkshire.gov.uk
  
              Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00410
 
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/
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/
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
SLC - Provision of Employee Physiotherapy Services
            Reference number: SLC/FC/25/021
  II.1.2) Main CPV code
  85142100
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  South Lanarkshire Council require the provision of a Physiotherapy Service for approximately 17,500 employees of the Council, South Lanarkshire Leisure and Culture Limited, SEEMIS and the Lanarkshire Joint Valuation Board.
  II.1.5) Estimated total value
  Value excluding VAT: 
			725 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    85142100
    II.2.3) Place of performance
    NUTS code:
    UKM95
    II.2.4) Description of the procurement
    South Lanarkshire Council (The Council) require the provision of a Physiotherapy Service for approximately 17,500 employees of the Council, South Lanarkshire Leisure and Culture Limited, SEEMIS and the Lanarkshire Joint Valuation Board. The Council has provided access to this service to employees for over 15 years and is seeking to continue to provide an employee physiotherapy service. The requirement to continue with this service is underpinned by the importance the Council places on employees’ wellbeing, whether providing early intervention or assisting recovery.
    Financial constraints have required the council to seek to secure a provider who can outline a cost effective approach to our current model.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Quality
                    / Weighting: 40
    
                    Price
                    
                      / Weighting: 
                      60
    II.2.6) Estimated value
    Value excluding VAT: 
			725 000.00 
			  GBP
    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:
    Council option to extend by a further 2 years subject to satisfactory performance, financial standing and availability of funding
    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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
  List and brief description of conditions:
  SPD Question 2.C.1 Reliance on the capacities of other entities
  Bidders are required to complete a full SPD for each of the entities whose capacity they rely upon
  SPD Question 2.D.1 Subcontractors on whose capacity the bidder does not rely
  Bidders are required to complete a shortened version of the SPD for each Subcontractor on whose capacity the bidder does not rely on.
  Exclusion Criteria
  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.
  SPD Questions 3A – 3C have been identified as mandatory exclusion grounds and SPD Questions 3D have been identified as discretionary exclusion grounds. All the exclusion grounds will be
  assessed on a PASS/FAIL basis.
  For the mandatory exclusion grounds a bid will be excluded where the bidder fails to provide either a positive response or to provide details to the satisfaction of the Council of the self cleansing measures undertaken.
  For the discretionary exclusion grounds a bid may be excluded where the bidder fails to provide either a positive response or if the Council is not satisfied as to the self cleansing measures undertaken.
  SPD Question 4A.1 Trade Registers
  It is a requirement of this tender that if the bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House they must be able to verify to the Councils satisfaction that they are trading from the address provided in the tender and under the company name given.
  If the bidder is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015
  SPD Question 4A.2 Authorisation/Membership
  Where it is required, within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships.
  III.1.2) Economic and financial standing
  List and brief description of selection criteria:
  SPD Question 4B.4 Economic and Financial Standing
  The Council will use the following ratios to evaluate a bidders financial status:
  Profitability – this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio;
  Liquidity – this is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio
  Gearing – this is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio.
  Bidders must provide the name and value of each of the 3 ratios within their response to SPD question 4B.4.
  The Council requires bidders to pass 2 out of the 3 financial ratios above.
  Where 2 out of the 3 ratios cannot be met, the Council may take the undernoted into consideration when assessing financial viability and the risk to the Council, providing that the Bidder can supply evidence to substantiate any of the mitigating criteria when requested to do so.
  The following list is not exhaustive and other criteria may be considered where proposed by a bidder as mitigating factors:
  Would the bidder have passed the checks if prior year accounts had been used?
  Were any of the poor appraisal outcomes "marginal"?
  Does the bidder operate in a market which, traditionally, requires lower liquidity or higher debt finance?
  Does the bidder have sufficient reserves to sustain losses for a number of years?
  Does the bidder have a healthy cashflow?
  Is the bidder profitable enough to finance the interest on its debt?
  Is most of the bidder's debt owed to group companies?
  Is the bidder's debt due to be repaid over a number of years, and affordable?
  Have the bidder's results been adversely affected by "one off costs" and / or "one off accounting treatments"?
  Do the bidder's auditors (where applicable) consider it to be a "going concern"?
  Will the bidder provide a Parent Company Guarantee?
  Is the bidder the single supplier/source of the Goods/Works/Services in the marketplace?
  The Council will request submission of and assess the bidders financial accounts, and may use financial verification systems to validate the information provided.
  SPD Question 4B.5 Insurance
  The bidder must confirm that they have or will commit to obtain prior to the commencement of the contract, the following levels of Insurance Cover:
  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 10000000 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 5000000 GBP in respect of each claim, without limit to the number of claims.
  Other Insurances: Medical Professional Indemnity Insurance.
III.1.3) Technical and professional ability
  List and brief description of selection criteria:
  SPD Question 4C.1.2  Technical and Professional Ability
  With reference to the nature and details of the services that are the subject matter of this tender, Bidders should demonstrate in their response to question 4C.1.2 that they have held contracts (preferably public sector authority) of a similar nature, size and value to those mentioned in the Specification, within the last 3 years. A minimum of 3 examples and a maximum of 5 should be provided.
  SPD Question 4C.6  Technical and Professional Ability
  The bidder as a company will hold the following educational or professional qualifications: All direct staff, Triage & Physiotherapists, delivering service within this contract must be Protecting Vulnerable Groups (PVG) Level 1 Disclosure Scotland checked.
  SPD Question 4C.6.1  Technical and Professional Ability
  The bidder’s managerial staff will hold the following educational or professional qualifications: all staff involved in providing physiotherapy services are required to be registered with the Health and Care Professions council (HCPC) or equivalent.
  SPD Question 4C.10  Technical and Professional Ability (Sub-Contracting)
  Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
 
III.2) Conditions related to the contract
  III.2.2) Contract performance conditions
  As detailed in Attachment 5 - Terms and Conditions of Contract.
  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.2.1) Previous publication concerning this procedure
  Notice number in the OJ S:
  2024/S 000-039931
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              28/07/2025
  
                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
  
                Tender must be valid until:
                26/01/2026
  IV.2.7) Conditions for opening of tenders
  
              Date:
              28/07/2025
  
              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:
November 2027 or November 2029 should it be extended.
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
SPD Questions 3A.1 to 3A.8 Serious and Organised Crime – Information Sharing Protocol
It is a requirement of this tender that the bidder recommended for award completes and submits, when requested to by the Council, the Serious and Organised Crime – Information Sharing Protocol form for evaluation prior to any award being made.
Declarations and Certificates
In an open tendering procedure prior to any award being made the successful bidder will provide the undernoted certificates, declarations and/or completed questionnaires to evidence their compliance with the relevant questions within the Qualification Envelope.
All certificates, declarations and questionnaires can be found within the Attachment area of PCS-T.
SPD Question 2D.1 Prompt Payment Certificate
SPD Question 3D.3 Human Rights Act Declaration
SPD Question 3D.11 Non-Collusion Certificate
SPD Question 4B.5.1 Insurance Certificates
SPD Questions 3A.1 to 3A.8 Serious and Organised Crime Declaration
SPD Question 4C.6 Protection of Vulnerable Groups (Scotland) Act 2007 Declaration
SPD Question 3A.6 Modern Slavery Act 2015 Declaration
Equalities Declaration
All certificates, declarations and questionnaires can be found within the Attachment area of PCS-t.
In the case of an open tender, the other Declarations listed above will not be required to be uploaded and submitted with the bid, but will instead be requested by the Council following the conclusion of the evaluation of the Qualification, Technical and Commercial Envelopes and prior to the award of the tender.
Failure to provide this information or in the event that the information provided does not support or evidence the statements made within the SPD will invalidate the bid. In this scenario the Council will seek to obtain the relevant information and evidence from the second highest scoring bidder and so on until a fully compliant bidder is identified.
The Form of Offer to Tender must be completed and uploaded within the relevant question in the Commercial Envelope with the bid.
Community Benefits
Under this contract bidders will be required to actively participate in the achievement of Community Benefits. A summary of the expected Community Benefits has been provided within Attachment 1 and within the technical envelope and bidders will be asked to provide details of the Community Benefits they can offer as part of their bid. The Council has calculated that the minimum total of 60 community benefit points must be delivered under this contract.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29551. 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:
The Council has calculated that the minimum total of 60 community benefit points which must be delivered under this contract.
More detail can be found in Attachment 1 and within the Technical Envelope.
(SC Ref:802430)
VI.4) Procedures for review
  VI.4.1) Review body
  
    Hamilton Sheriff Court
    Sheriff Court House, 4 Beckford Street
    Hamilton
    ML3 0BT
    UK
    
            Telephone: +44 1698282957
    
            E-mail: hamiltoncivil@scotcourts.gov.uk
    Internet address(es)
    
              URL: www.scotscourts.gov.uk
   
  VI.4.4) Service from which information about the review procedure may be obtained
  
    Hamilton Sheriff Court
    Sheriff Court House, 4 Beckford Street
    Hamilton
    ML3 0BT
    UK
    
            Telephone: +44 1698282957
    
            E-mail: hamiltoncivil@scotcourts.gov.uk
    Internet address(es)
    
              URL: www.scotscourts.gov.uk
   
 
VI.5) Date of dispatch of this notice
26/06/2025