Scottish Government occupational health services framework
Estimated value excluding VAT: 1 750 000 GBP.
UK-Edinburgh: company health services
2012/S 51-083453
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Scottish Prison Service
Calton House, 5 Redheughs Rigg
Contact point(s): Procurement Policy and Services Department
For the attention of: Lisa Bain
EH12 9HW Edinburgh
UNITED KINGDOM
Telephone: +44 1312445704
E-mail: Lisa.Bain@sps.pnn.gov.uk
Fax: +44 1312445705
Internet address(es):
General address of the contracting authority: http://www.sps.gov.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00384
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: Scottish Prison Service
Calton House, 5 Redheughs Rigg
Contact point(s): Procurement Policy and Services Department
For the attention of: Procurement Administrator
EH12 9HW Edinburgh
UNITED KINGDOM
Telephone: +44 1312445704
Fax: +44 1312445705
Internet address: http://www.sps.gov.uk
The contracting authority is purchasing on behalf of other contracting authorities: yes
Accountant in Bankruptcy
Crown Office and Procurator Fiscal Service
Historic Scotland
HM Inspectorate of Education
National Archives of Scotland
Scottish Courts Service
Scottish Prison Service
Scottish Public Pensions Agency
Social Work Inspection Agency
Student Awards Agency for Scotland
Transport Scotland
The Scottish Government Core Directorates
Architecture and Design Scotland
General Teaching Council for Scotland
Highlands and Islands Enterprise
Learning and Teaching Scotland
Local Government Boundary Commission for Scotland
Mental Welfare Commission for Scotland
National Museums of Scotland
Royal Commission on the Ancient and Historical Monuments of Scotland
Scottish Arts Council
Scottish Children’s Reporter Administration
Scottish Commission for the Regulation of Care
Scottish Criminal Cases Review Commission
Scottish Enterprise
Scottish Environment Protection Agency
Scottish Further and Higher Education Funding Council
Scottish Law Commission
Scottish Legal Aid Board
Scottish Natural Heritage
Scottish Qualifications Authority
Scottish Screen
Scottish Social Services Council
Skills Development Scotland
Sport Scotland
Visit Scotland
The Framework is accessible to the Scottish Ministers (including Agencies), specifically the Scottish Prison Service, Scottish Non-Departmental Public Bodies, offices in the Scottish Administration which are not ministerial offices, cross-border public authorities within the meaning of Section 88(5) of the Scotland Act 1998, the Scotland Office, the Scottish Parliamentary Corporate Body, special health boards, Forestry Commission, Scottish Futures Trust, Student Loans Company Ltd, the Commissioners of Northern Lighthouses, Business Stream Ltd, any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by one or more of the above, bodies financed wholly or mainly by one or more of the above, bodies subject to management supervision by one or more of the above and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, being appointed by one or more of the above
Section II: Object of the contract
Service category No 25: Health and social services
Main site or location of works, place of delivery or of performance: Scotland.
NUTS code UKM
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 1 750 000 GBP
1. Core services:
— Case referrals,
— Case conferences,
— Ill-health retirement assessments,
— Pre-employment referrals,
— Regular provision of general advice.
2. Non-core services
— Statutory and non-statutory health surveillance,
— Assessment of injury benefits – full pay extension and annual allowance,
— Health screening,
— Lifestyle screening,
— Immunisation / vaccination,
— Workplace assessments,
— Specialist medicals/examinations,
— Diagnostic testing and laboratory investigations,
— Specialist assessments e.g. physiotherapy/osteopathy,
— Health promotion activities,
— Overseas work advice,
— Awareness training and policy development,
— Home visits; and
— Fast track/emergency appointments.
The Supplier shall have appropriately qualified staff in sufficient quantity to carry out the functions required in line with any relevant legislation and professional code of practice.
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=221555.
85147000, 85100000, 85140000
The framework will be accessible by up to 86 ‘collaborative partners’ with employee numbers totalling c 30 000 located all across the Scottish Mainland and Islands.
The largest collaborative partners, in terms of employee numbers and usage, are: Scottish Prison Service; Scottish Government Core; Scottish Court Service; SEPA; and Registers of Scotland.
Estimated value excluding VAT:
Range: between 1 500 000 and 1 750 000 GBP
Description of these options: The Authority reserves the right to extend the framework agreement by 1 year.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
Number of possible renewals: 1
Section III: Legal, economic, financial and technical information
Description of particular conditions: To be added.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process;
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession;
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession;
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register;
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
Further conditions are as specified within the invitation to tender.
(2) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(1) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(2) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided
(3) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;
(4) An indication of the proportion of the contract which the services provider intends possibly to subcontract;
(5) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate;
(6) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
As specified in the invitation to tender.
Reference to the relevant law, regulation or administrative provision: Healthcare provision.
The Supplier shall have appropriately qualified staff in sufficient quantity to carry out the functions required in line with any relevant legislation and professional code of practice.
Where Staff are medical doctors; they will have the appropriate medical qualifications and General Medical Council (GMC) Registration, other applicable training/qualifications and have undertaken the necessary continuing professional development stated by their Royal College/GMC and the requisite appraisal system.
Where the 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 their Royal College of Nursing (RCN)/Nursing and Midwifery Council (NMC).
Staff carrying out specialised services, such as health screening services or specialised medicals, shall have the necessary qualifications, training and experience.
Section IV: Procedure
The most economically advantageous tender in terms of the criteria stated below
1. Commercial: basket of services. Weighting 55
2. Technical: service provision
3. Technical: resource and service management
4. Technical: geographical accessibility
5. Technical: value add
Prior information notice
Notice number in the OJEU: 2011/S 203-330424 of 21.10.2011
Place:
PPSD, SPS HQ, Calton House, 5 Redheughs Rigg, Edinburgh EH12 9HW, UNITED KINGDOM.
Section VI: Complementary information
Estimated timing for further notices to be published: 2015.
(SC Ref:221555).
VI.5)Date of dispatch of this notice:12.3.2012