Occupational Health Service Contract Livingston
To provide West Lothian Council and West Lothian College with Occupational Health, Physiotherapy and EAP/counselling services.
United Kingdom-Livingston: Health services
2019/S 005-007031
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
West Lothian Civic Centre, Howden South Road
Livingston
EH54 6FF
United Kingdom
Contact person: Anita Bainbridge
Telephone: +44 1506281800
E-mail: anita.bainbridge@westlothian.gov.uk
NUTS code: UKM78
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00140
I.1)Name and addresses
Almondvale Crescent
Livingston
EH54 7EP
United Kingdom
Telephone: +44 1506418181
E-mail: enquiries@west-lothian.ac.uk
Fax: +44 1506409980
NUTS code: UKMInternet 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.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 Service
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
To provide West Lothian Council and West Lothian College with Occupational Health, Physiotherapy and EAP/counselling services.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Physiotherapy Service
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
To provide West Lothian Council and West Lothian College with physiotherapy services.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend up to 24 months in total.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
EAP/Counselling
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
To Provide West Lothian Council and West Lothian College with EAP/counselling services.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend up to 24 months in total.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Occupational Health Service
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
To provide West Lothian Council and West Lothian College with an occupational health service.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend up to 24 months in total.
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
Re. ESPD question Part 4C: qualifications, staff are required to hold the following qualifications and or certificates (as applicable):
Lot 1: Occupational Health:
The OH provider 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:
— OH Physicians: membership of the Faculty of Occupational Medicine,
— OH Nurse: registration with the Nursing and Midwifery Council as aspecialist community public health nurse in occupational health or 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 and Care Professions Council.
Lot 2: Physiotherapy:
The physiotherapy provider will provide 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).
III.1.2)Economic and financial standing
Re ESPD 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 35 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability. Please note that 35- (minus) will not be considered as having met this criteria. If a tenderer has a Failure Score of less than 35, the tenderer may be required to submit their last 3 years accounts.
In the event that the tenderer is not required to publish accounts and therefore does not have a Dun and 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 and Bradstreet Score in advance of submitting their tender. If following this review tenderers consider that the Dun and 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 and Bradstreet Score 35) 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.
Employer’s liability insurance = 10 000 000 GBP.
Public/products liability insurance = 10 000 000 GBP.
Professional indemnity insurance = 2 000 000 GBP.
Medical malpractice = 10 000 000 GBP.
Motor insurance = copy of certificate required (if applicable).
III.1.3)Technical and professional ability
Re. ESPD question Part 4C: Qualifications, staff are required to hold the following qualifications and or certificates (as applicable):
Lot 1: Occupational Health:
The OH provider 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:
— 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 and Care Professions Council.
Lot 2: Physiotherapy:
The physiotherapy provider will provide 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).
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
West Lothian Civic Centre
Section VI: Complementary information
VI.1)Information about recurrence
Contract Period 1.6.2019 to 31.5.2022 with the option to extend up to 24 months in total.
VI.2)Information about electronic workflows
VI.3)Additional information:
Only tenderers that pass the following Compliance and Acceptance requirements of the ITT will proceed to evaluation of quality and cost; completions of ESPD, GDPR, data protection and information security, systems and transfer of information.
ITT Evaluation Criteria:
— price 50 %,
— quality 49 %,
— workforce matters 1 %.
Re: ESPD Q2B, complete information for all company directors, using home address.
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.
Community Benefits proposals will not form part of the award criteria and will not be evaluated but will be contractual obligations. For further procurement information visit the link below. http://www.westlothian.gov.uk/article/2023/Doing-Business-With-The-Council
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 12572
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:
Community Benefits proposals will not form part of the award criteria and will not be evaluated but will be contractual obligations. For further procurement information visit the link below. http://www.westlothian.gov.uk/article/2023/Doing-Business-With-The-Council
(SC Ref:568561)
VI.4.1)Review body
West Lothian Civic Centre, Howden South Road
Livingston
EH54 6FF
United Kingdom
Telephone: +44 1506281800
E-mail: anita.bainbridge@westlothian.gov.ukInternet address: http://www.westlothian.gov.uk/article/2468/Contract-Opportunities
VI.5)Date of dispatch of this notice: