Occupational Health and Employee Counselling Tender Dumbarton
Occupational Health, Employee Counselling and Physiotherapy Services for West Dunbartonshire Council.
United Kingdom-Dumbarton: Health services
2019/S 058-134285
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
16 Church Street
Dumbarton
G82 1QL
United Kingdom
Contact person: Suzanne Callaghan
Telephone: +44 1389737000
E-mail: suzanne.callaghan@west-dunbarton.gov.uk
NUTS code: UKM81
Internet address(es):Main address: http://www.west-dunbarton.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00153
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Occupational Health, Employee Counselling and Physiotherapy Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The provision and management of an Occupational Health, Employee Counselling and Physiotherapy Services for West Dunbartonshire Council and its partner organisations, West Dunbartonshire Leisure Trust and Dunbartonshire and Argyll and Bute Valuation Joint Board.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Lot 2 — Employee Counselling Service
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
West Dunbartonshire Council geographical area.
II.2.4)Description of the procurement:
Lot 2 is for the provision and management of an Employee Counselling Service for West Dunbartonshire Council and its partner organisations, West Dunbartonshire Leisure Trust and Dunbartonshire and Argyll and Bute Valuation Joint Board, as detailed in Lot 2 Service Specification.
The Buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 13169.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend the initial 2 year period for a further 2 periods of up to 12 months on each occasion.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 3 — Physiotherapy Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
West Dunbartonshire Council geographical area.
II.2.4)Description of the procurement:
Lot 3 is for the provision and management of a Physiotherapy Service for West Dunbartonshire Council, West Dunbartonshire Leisure Trust and Dunbartonshire and Argyll and Bute Valuation Joint Board, as detailed in Lot 3 Service Specification.
The Buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 13169.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend the initial 2 year period for a further two periods of up to 12 months on each occasion.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 1 — Occupational Health Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
West Dunbartonshire Council geographical area.
II.2.4)Description of the procurement:
Lot 1 is for the provision and management of an Occupational Health Service for West Dunbartonshire Council and its partner organisations, West Dunbartonshire Leisure Trust and Dunbartonshire and Argyll and Bute Valuation Joint Board, as detailed in Lot 1 Service Specification.
The Buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 13169.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend the initial 2 year period for a further 2 periods of up to 12 months on each occasion.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
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 2016.
If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
III.1.2)Economic and financial standing
With reference to ESPD Question Reference 4B.1.1 and 4B.2.1:
Turnover – The bidder must demonstrate an annual turnover for each of the of the 2 previous years of greater than 2 times the value of contract on offer.
With reference to ESPD Question Reference 4B.4:
Ratios – a Pass in any 2 of the 3 ratios as an overall Pass for Economic and Financial standing.
— (Ratio 1) Acid Test — (Current Assets-stock)/Current Liabilities. To pass the Acid Test Ratio question the bidder must have a score of greater than 1,
— (Ratio 2) Return on Capital Employed % — Profit/Capital employed. To pass this question the Council require the bidder to score a positive figure/Percentage,
— (Ratio 3) Current Ratio — Current Assets/Liabilities. To pass this question the Council require the bidder to achieve a score of greater than 1.
WDC will use template WD09 — WDC Financial Vetting Questionnaire v1.0, it is recommended that the bidder review their own ratio scores in advance of submitting their response. In the event that the bidder does not meet the financial criteria for consideration but has a parent company that does, the bidder may still be eligible for consideration where their response is supported by a Parent Company Guarantee WD04 — Parent Company Guarantee refers. Should, after review of the financial evaluation, the bidder fails then, the bidder’s response may be rejected.
With reference to ESPD Question Reference 4B.5.1 and 4B.5.2
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 insurance levels listed below.
Q4B5.1
— Employers Liability Insurance — 10 000 000 GBP.
Q4B5.2
— Public Liability Insurance — 10 000 000 GBP,
— in respect of medical malpractice insurance (whether in its Public Liability policy or a Professional Indemnity policy) – 5 000 000 GBP,
— in relation to Administration of Medicines and Medical Malpractice risk – 5 000 000 GBP.
III.1.3)Technical and professional ability
With reference to ESPD Question Reference 4C.1.2:
Bidders will be required to provide 3 examples that demonstrate that they have the relevant experience and capacity to deliver the Contract. These examples will be for projects which are similar to West Dunbartonshire Council’s requirements. The Council reserves the right to contract any or all of the companies provided in the previous examples to ascertain performance, the bidder should ensure that companies listed would be willing to discuss the Bidders performance with the council.
With reference to ESPD Question Reference 4C.6 and 4C.6.1:
Staff are required to hold the following qualifications and or certificates (as applicable):
Lot 1: Occupational Health.
The bidder will provide 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:
— Occupational Health Physicians – membership of the Faculty of Occupational Medicine,
— Occupational 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 Therapist – approved occupational therapy qualification at Certificate, Diploma or Degree level and registration with the Health & Care Professions Council.
Lot 2: Employee Counselling Service.
All counsellors and support staff engaged by the bidder 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 3: Physiotherapy.
The physiotherapy bidder will provide professional qualified Chartered Physiotherapists registered with the Chartered Society of Physiotherapy.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
With reference to Data Protection and Information Security, Systems and Transfer of Information, all employees of the successful bidder, who can access client data may be subject to Criminal Records Office checks or other vetting. Any potential bidder must adhere to NCSC cloud security principles when accessing West Dunbartonshire Council’s systems. In keeping with HMG Government supply chain guidance for the UK public sector, West Dunbartonshire Council require evidence on an organisation’s compliance with Cyber Essentials +. We also require further information on compliance with relevant security standards i.e. ISO27001. To factor the potential sensitive nature of the data within WDC systems WDC will require that any successful bidder comply with WDC’s 2 facto authentication systems (2FA)
Remote access to any systems must follow existing WDC protocols and processes, including 2-factor authentication and contact via the WDC Service desk. No deviation from these protocols or processes will be accepted for any new or existing solutions attached to the WDC Network.
Employees of the successful bidder may be required to sign a West Dunbartonshire Council Data Certificate, if required.
Only tenderers that pass the following Compliance and Acceptance requirements of the ITT will proceed to the evaluation of quality and cost: Completion of ESPD, GDPR, Data Protection and Information Security, Systems and Transfer of Information.
ITT Evaluation Criteria:
— technical,
— total cost of ownership/cost,
— TUPE – the incoming bidder is responsible for obtaining legal and professional advice about relevant TUPE implications,
— confidentiality – confidential Information, Freedom of Information and Data Protection responsibilities as detailed in Terms and Conditions for Goods and Services Clause 15.
Community benefits commitments will form part of the award criteria and will be evaluated. Delivery of committed community benefits will be monitored throughout the contract lifetime.
With reference to ESPD Question Reference 2B:
Complete information for all company directors, using home address.
Please note that all of these documents must be signed by an authorised signatory:
1) WD04 Parent Company Guarantee (if required);
2) WD05 Non Collusion Certificate;
3) WD07 Certificate of Non-Canvassing;
4) WD08 FOI Declaration;
5) WD09 WDC Financial Vetting Questionnaire;
6) WD15 Police Scotland Checks;
7) WD16 GDPR;
8) WDC Declaration;
9) Evidence of Cyber Essentials +;
10) Evidence of compliance with relevant security standards I.e., ISO 27001.
The above constitutes tender selection criteria. Failure to respond will result in exclusion from the tender.
With reference to information sharing with Police Scotland, bidders will be required to confirm acceptance to sharing company director’s details at preferred bidder’s status.
Tenderers can bid for 1 or more Lots. The Most Economically Advantageous Tender will be awarded for each individual Lot.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 13169. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
West Dunbartonshire Council is committed to working with its supply chain to generate maximum economic impact for the geographical area within its procurement activities. Any awarded provider to this contract will be required to support the authority’s economic and social regeneration objectives.
West Dunbartonshire Council has developed a Community Benefit Matrix which uses a points based system to identify proportionate and relevant community benefit opportunities for each individual contract. Points are allocated based on the estimated value of the contract.
Points have been identified as proportionate to the estimated value of this contract: Lot 1 = 40 points, Lot 2 = 5 points and Lot 3 = 15 points.
Community Benefits which are relevant to the nature of this contract have been identified and are listed in the Community Benefits Matrix found in the Buyers Attachment area.
(SC Ref:577415).
VI.4.1)Review body
16 Church Street
Dumbarton
G82 1QL
United Kingdom
Telephone: +44 1389737000Internet address: http://www.west-dunbarton.gov.uk
VI.5)Date of dispatch of this notice: