Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Working for a Healthy Economy (Provision of Clinical Health Interventions)

  • First published: 20 March 2024
  • Last modified: 20 March 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-040c98
Published by:
North Ayrshire Council
Authority ID:
AA20915
Publication date:
20 March 2024
Deadline date:
22 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Working for a Healthy Economy (WfHE) is a large-scale investment in an occupational health service to ensure that Ayrshire has the requisite workforce to drive economic growth in the future. This project will serve to widen the labour pool and provide the basis for the

maximisation of benefits arising from Ayrshire Growth Deal capital investments. Funded by the Ayrshire Growth Deal, WfHE will support:

- unemployed residents overcome health barriers to economic activity

- employed residents to retain employment by addressing health barriers

- local businesses to access health related supports to improve retention and productivity of their workforce.

The current contract expires in June 2024, therefore NAC are seeking bids for the a new contract which is anticipated to commence in July 2024. The contract period will be 2 years and 9 months, with the option to extend for up to a further 24 months.

The contract will be let under North Ayrshire Councils Terms and Conditions 2 for the Purchase of Services.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

North Ayrshire Council

Cunninghame House, Friars Croft

Irvine

KA12 8EE

UK

E-mail: lynseybennett@north-ayrshire.gov.uk

NUTS: UKM93

Internet address(es)

Main address: http://www.north-ayrshire.gov.uk

Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337

I.1) Name and addresses

East Ayrshire Council

Corporate Procurement Team, London Road HQ

Kilmarnock

KA3 7BU

UK

Telephone: +44 1563576000

E-mail: procurement@east-ayrshire.gov.uk

NUTS: UKM93

Internet address(es)

Main address: http://www.east-ayrshire.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00223

I.1) Name and addresses

South Ayrshire Council

County Buildings, Wellington Square

Ayr

KA7 1DR

UK

Telephone: +44 3001230900

E-mail: procurement@south-ayrshire.gov.uk

NUTS: UKM94

Internet address(es)

Main address: http://www.south-ayrshire.gov.uk/procurement/

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00405

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

Working for a Healthy Economy (Provision of Clinical Health Interventions)

Reference number: NAC/5176

II.1.2) Main CPV code

85100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Working for a Healthy Economy (WfHE) is a large-scale investment in an occupational health service to ensure that Ayrshire has the requisite workforce to drive economic growth in the future. This project will serve to widen the labour pool and provide the basis for the

maximisation of benefits arising from Ayrshire Growth Deal capital investments. Funded by the Ayrshire Growth Deal, WfHE will support:

- unemployed residents overcome health barriers to economic activity

- employed residents to retain employment by addressing health barriers

- local businesses to access health related supports to improve retention and productivity of their workforce.

The current contract expires in June 2024, therefore NAC are seeking bids for the a new contract which is anticipated to commence in July 2024. The contract period will be 2 years and 9 months, with the option to extend for up to a further 24 months.

The contract will be let under North Ayrshire Councils Terms and Conditions 2 for the Purchase of Services.

II.1.5) Estimated total value

Value excluding VAT: 2 900 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

85140000

85147000

75122000

85141000

II.2.3) Place of performance

NUTS code:

UKM93

UKM94


Main site or place of performance:

East Ayrshire, North Ayrshire, South Ayrshire

II.2.4) Description of the procurement

This contract will deliver services which address health barriers for both unemployed and employed participants as well as supporting local

businesses in Ayrshire address health related work issues.

This programme is a very specific health intervention programme, to be delivered by clinicians. It will deliver health interventions and address health barriers to work for unemployed, inactive and employed individuals.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 50

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 2 900 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 33

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for up to a further 24 months.

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:

Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications:

- Educated to Degree level or equivalent within a relevant field (social sciences, Education, health sciences, psychology, AHP, Nursing, and Human resources).

Please include CV’s of staff involved in the delivery of the contract, to demonstrate you have the required health-based expertise to deliver this contract.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Bidders will be required to have a minimum yearly “specific” turnover of 1,500,000 GBP for the last 3 years in the business area covered by the contract.

Bidders who cannot meet the required level of turnover will be excluded from this tender.

Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:

Employer’s (Compulsory) Liability Insurance = 5,000,000 GBP in respect of any one event

http://www.hse.gov.uk/pubns/hse40.pdf

Public Liability Insurance 10,000,000 GBP in respect of any one event

Medical Malpractice Insurance 1,000,000 GBP in respect of any one event (without limit to the amount of claims)

Third-Party Motor Vehicle Insurance - A valid motor vehicle certificate must be held in the company name or (where there is no fleet but rather the company permits its employees to use their personal vehicles for business purposes), a letter signed by a person of appropriate authority - confirming that the company has ongoing arrangements in place to ensure their employees' vehicles are appropriately insured and maintained.


III.1.3) Technical and professional ability

List and brief description of selection criteria:

Bidders are required to provide 2 examples of services carried out in the past 3 years that demonstrates they have the relevant experience to deliver the services described in the Contract Notice. The services must be of a similar value, size and scope. Unsatisfactory experience will result in exclusion from the tender process.

Bidders must also provide 2 satisfactory references for the same 2 contracts on the reference templates provided. References should be completed and signed by previous customers for contracts of a similar value, size and scope. If any of the referees score the bidder less than 2 the bidder will be excluded from the tender process.

Completed experience and reference templates must be zipped and uploaded at question 4C.1 of the qualification envelope.


III.2) Conditions related to the 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:

2023/S 000-030570

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 22/04/2024

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: 20/08/2024

IV.2.7) Conditions for opening of tenders

Date: 22/04/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

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

Lots are not being used for this tender for the reasons stated below:

Nature of the contract not suitable for lots.

Delivery of the contract is location specific.

Lots could potentially introduce a risk of discontinued employment for transferring employees.

Quality Management Procedures

1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or a documented policy regarding quality management, see attachment at SPD question 4D.1.

Health and Safety Procedures

1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum or the bidder must have a regularly reviewed and documented policy for Health and Safety management, see attachment at SPD question 4D.1.

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.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26277. 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 will be required on a mandatory basis for:

- Employment

- Employability & Skills

- SMEs

- TSOs

- Education

- Community Wish List (http://northayrshire.community/community-benefits-wishlist- application-form/)

(SC Ref:760052)

VI.4) Procedures for review

VI.4.1) Review body

Kilmarnock Sheriff Court

Sheriff Court House, St Marnock Street

Kilmarnock

KA1 1ED

UK

Telephone: +44 1563550024

Internet address(es)

URL: https://www.scotcourts.gov.uk/

VI.5) Date of dispatch of this notice

19/03/2024

Coding

Commodity categories

ID Title Parent category
75122000 Administrative healthcare services Administrative services of agencies
85147000 Company health services Miscellaneous health services
85100000 Health services Health and social work services
85140000 Miscellaneous health services Health services
85141000 Services provided by medical personnel Miscellaneous health services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
lynseybennett@north-ayrshire.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.