Occupational Health Services Tender Edinburgh
SRUC is currently reviewing its Occupational Health provision to ensure that it is obtaining the best value for money, whilst at the same time providing excellent service.
United Kingdom-Edinburgh: Health services
2017/S 122-247328
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Kings Buildings, West Mains Road
Edinburgh
EH9 3JG
United Kingdom
Contact person: William Connelly
Telephone: +44 01315354384
E-mail: william.connelly@sruc.ac.uk
Fax: +44 01315354314
NUTS code: UKM25
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00021
I.2)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 Services.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
SRUC is currently reviewing its Occupational Health provision to ensure that it is obtaining the best value for money, whilst at the same time providing excellent service.
Given SRUC’s geographically dispersed locations, SRUC is seeking responses only from organisations which can provide an on-site occupational health nurse service throughout Scotland.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Kings Buildings, West Mains Road, Edinburgh EH9 3JG.
II.2.4)Description of the procurement:
The appointed Supplier will be required to provide Occupational Health Services to locations throughout Scotland.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Prior to the renewal date the contract will be tendered.
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
List and description of conditions:
(ESPD 4A.1 & 4A.2 refers.)
The Supplier must ensure that its staff has the knowledge, skills, qualifications, experience and training for the tasks they perform.
The Supplier must support its clinical staff in maintaining continuing professional development and revalidation. The Supplier must ensure that all staff has an annual appraisal and that their personal development plans for continuing professional development meet the needs of the individual, the occupational health service, and its clients.
The Supplier shall have appropriately qualified staff in sufficient quantity to carry out the functions required. The Supplier must also ensure that the services provided by each of the staff are appropriate to their qualification and the nature of the individual service.
The Supplier shall have appropriately qualified staff in sufficient quantity to carry out the functions required.
Due to the complex nature of work within SRUC, some bodies may want the flexibility to engage an OH professional at a particular level with appropriate skills and qualifications.
The Supplier must ensure that their clinical staff are registered with the relevant regulatory body on the appropriate part(s) of its register(s). Where the Supplier’s staff are medical doctors they will have the appropriate medical qualifications, other applicable training/qualifications and have undertaken the necessary continuing professional development stated by their Royal College/GMC. They must have General Medical Council (GMC) Registration and be able to provide evidence of this current registration.
Where the Supplier’s staff are nurses, they will have the appropriate nursing qualification, nursing registration and be suitably trained, and have undertaken the necessary continuing professional development stated by the Nursing and Midwifery Council (NMC). They must be able to provide evidence of this current registration with the NMC.
Supplier staff carrying out specialised services, such as health screening services or specialised medicals are required to have the necessary qualifications, training and experience.
It is a mandatory requirement that those staff who will deliver the services do not have any competence/ professional issues pending with the GMC or NMC or other relevant body/employer. The Supplier must provide an annual statement confirming this to be the case on each anniversary of the Contract Commencement Date. If the Supplier becomes aware of a competency/professional issue with regards to any of its employees, the Supplier shall immediately remove the relevant employee from the Contract and shall advise the SRUC of this action.
To allow some flexibility, through the Supplier, the SRUC may wish to engage the services of a dedicated administrator for example, for the purpose of scheduling appointments. Such institutional requirements will be discussed with the Supplier as part of the mini competition process.
The Supplier must provide both male and female doctors and counsellors.
The above conditions are a requirement of this contract.
III.1.2)Economic and financial standing
List and description of conditions:
(ESPD 4B1.1 refers.)
The bidder should provide its (‘general’) yearly turnover for the last 3 financial years.
(ESPD 4B.3 refers.)
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.
(ESPD 4B.4 refers.)
Bidders will be required to state the value(s) for the following financial ratio(s):
Current, Debtors and Creditors ratio.
The ratios will be calculated as follows:
Current = Current Assets / Current Liabilities.
Debtors Days = (Debtors/Sales) x 365.
Creditor Days = (Creditors/Purchases) x 365.
(ESPD 4B.5.1 refers.)
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 types and levels of insurance indicated below in the Minimum level(s)of standards required.
Minimum level(s) of standards required:
(ESPD 4B.4 refers) The acceptable range for each financial ratio is:
Current Ratio: >1.5.
Debtors Days Ratio: <45 days.
Creditors Days Ratio: <45 days.
Where the Bidder fails to achieve the stated minimum standards, they will be subject to further checks, which may include assessment of accounts or use of a body such as Creditsafe.
(ESPD 4B.5.1 refers.)
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 types and levels of insurance indicated below.
Employer’s (Compulsory) Liability Insurance = 5 000 000 GBP.
Public Liability Insurance = 5 000 000 GBP.
III.1.3)Technical and professional ability
List and brief description of selection criteria:
(ESPD 4C.1.2 refers.)
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in the Invitation to Tender document. Examples provided shall be used for reference only and will not be subject to scoring as part of the tender evaluation.
III.2.1)Information about a particular profession
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.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
9 January 2022.
VI.2)Information about electronic workflows
VI.3)Additional information:
(ESPD 4D.1 refers.)
Quality Management Procedures — 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. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level.
The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.
Note — Organisations with fewer than five employees are not required by law to record risk assessments.
(ESPD 4D.2 refers.)
The evaluation criteria will include emphasis on quality as well as price. Each Tender will be subject to a Technical, Commercial and Financial Analysis. The aim of the evaluation is to select the Tender(s) which represent(s) the most economically advantageous Tender. The Technical Analysis will ensure that Tenderers have met the minimum criteria set down in the Statement of Requirement and Tender Schedules.
To achieve this, the following tender rating system will be used:
Guide to Marks.
4 Excellent response demonstrating clear understanding and comprehensive ability to fulfil requirements, outlining added value, innovation and is equal to or improves on the specification.
3 Good response providing clear evidence of understanding and compliance and may evidence some elements of innovation.
2 Average response providing some indication of understanding and compliance.
1 Minimal or poor response providing little evidence of understanding or compliance.
0 Nil or inadequate response with little or no understanding of requirement or evidence of compliance.
The Criteria for shortlisting/award of contract will be based on the Bidders relevant previous experience, technical/professional ability, economic and financial standing and the supplementary information requested. The Tender will be evaluated on a 60:40, quality: price basis.
The pricing schedule is provided at Schedule 4, together with instructions for completion. The following scoring system will be used to evaluate Tender responses in relation to cost:
From all the Tenders received an average price will be calculated and a score attributed to each tender cost dependent on whether the cost is above or below the average.
Bidders should note the maximum word count for each section, if indicated.
Note: to register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=498041
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
Note: to register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=501812
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:501812.)
Download the ESPD document here: http://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=501812
VI.4.1)Review body
Kings Buildings, West Mains Road
Edinburgh
EH9 3JG
United Kingdom
Telephone: +44 01315354384
E-mail: william.connelly@sruc.ac.uk
Fax: +44 01315354314Internet address:http://www.sruc.ac.uk
VI.5)Date of dispatch of this notice:
Related Posts
Occupational Health Tender – Sussex Partnership NHS Foundation Trust
Provide Occupational Health Services in London
Occupational Health Services 2017 – 2021 Invitation to Tender
Liverpool City Council Occupational Health Services Framework 2017
National Crime Agency Occupational Health Service Tender