Notice Information
Notice Title
Occupational Health Service & Employee Assist Programme
Notice Description
David MacBrayne Limited (DML) is the parent company of CalMac Ferries Ltd, supported by a human resource subsidiary, David MacBrayne HR (UK) Ltd (DML HR). DML HR have a requirement for an Occupational Health (OH) service and Employee Assist Programme (EAP) with the aim of boosting wellbeing with ultimately a reduction in absence and sickness. This Procurement is split into 2 Lots, Lot 1 - Occupational Health and Lot 2 - Employee Assist Programme. Suppliers may bid for both Lots. Each Lot will be evaluated separately
Lot Information
Occupational Health Service
David MacBrayne Limited (DML) is the parent company of CalMac Ferries Ltd, supported by a human resource subsidiary, David MacBrayne HR (UK) Ltd (DML HR). DML HR have a requirement for an Occupational Health (OH) service with the aim of boosting wellbeing with ultimately a reduction in absence and sickness. Requirements are listed below and stated if Essential or Desirable: Lot 1 Occupational Health Services Geographical spread - to cover full network - remote accessibility Essential Time/Content of Reports - number of telephone referrals; face-to-face referrals; time from referral to solution. Essential Escalation process to challenge conflicting reports/seek clarity Essential Additional services - GAD Assessments; Stress Audits; Stress Risk Assessments, CBT; Physio; Nutritionist - face to face and virtual etc. Workplace and Work station assessments. Sourcing costings and timeframes from 'private' hospitals for surgery/Scans/Clinical Psychological Assessments & treatment Essential Monthly KPI Reporting Essential Health Surveillance - Hearing tests; Hand-arm vibration syndrome; lung function tests. Nightwatch Assessments Essential Sector Experience Essential Quarterly OCH Case Review Panel (Doctor) where required Desirable Technology Solutions (access for all patients to an Online Self-Help module(s) as part of therapy) Desirable Health promotion and wellbeing - smoking, alcohol and substance misuse. As part of this strategy, requesting activities such as flu vaccinations or health checks e.g. BMI, cholesterol and BP. Desirable The contract for this service will be let for an initial two-year duration, with optional periods of 2 x 12 months. The total contract duration is up to four years. DML HR will contract with the most economically advantageous bidder. DML HR may request Bidders to present their bids. Additional information: 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.
Renewal: This contract shall operate for a term of 2 years with an option to extend for up to an additional two 12 month periods.
Employee Assist ProgrammeDavid MacBrayne Limited (DML) is the parent company of CalMac Ferries Ltd, supported by a human resource subsidiary, David MacBrayne HR (UK) Ltd (DML HR). DML HR have a requirement for an Employee Assist Programme (EAP) with the aim of boosting wellbeing with ultimately a reduction in absence and sickness. Requirements are listed below and stated if Essential or Desirable: Lot 2 Employee Assist Programme Geographical spread - to cover full network - remote accessibility Essential Monthly KPI Reporting Essential Sector Experience Essential Technology Solutions (access for all patients 3.1 to an Online Self-Help module(s) as part of therapy) Desirable The contract for this service will be let for an initial two-year duration, with optional periods of 2 x 12 months. The total contract duration is up to four years. DML HR will contract with the most economically advantageous bidder. DML HR may request Bidders to present their bids. Additional information: 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.
Renewal: This contract shall operate for a term of 2 years with an option to extend for up to an additional two 12 month periods.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-029fae
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/006204-2021
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
75 - Administration, defence and social security services
-
- CPV Codes
71317200 - Health and safety services
71317210 - Health and safety consultancy services
75122000 - Administrative healthcare services
Notice Value(s)
- Tender Value
- £200,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 26 Mar 20214 years ago
- Submission Deadline
- 27 Apr 2021Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- 6 months before contract end date
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DAVID MACBRAYNE HR (UK) LIMITED
- Contact Name
- Alison Ure
- Contact Email
- alison.ure@calmac.co.uk
- Contact Phone
- +44 1475650243
Buyer Location
- Locality
- GOUROCK
- Postcode
- PA19 1QP
- Post Town
- Paisley
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
- Delivery Location
- TLM Scotland
-
- Local Authority
- Inverclyde
- Electoral Ward
- Inverclyde West
- Westminster Constituency
- Inverclyde and Renfrewshire West
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-029fae-2021-03-26T12:08:02Z",
"date": "2021-03-26T12:08:02Z",
"ocid": "ocds-h6vhtk-029fae",
"description": "Estimated Value of this Procurement is 200,000 GBP. Questions in the ITT will be scored using the following methodology: 100 - Excellent - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full. 75 - Good - Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirement will be fulfilled. 50 - Acceptable Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas. 25 - Poor Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled. 0 - Unacceptable Nil or inadequate response. Fails to demonstrate an ability to meet the requirement Award Criteria questions can be found in the ITT together with the weightings. COMPETITIVE PROCEDURE WITH NEGOTIATION EXPLANATION -Competitive Procedure with Negotiation (CPN) this is a two-stage procedure run along the same lines as a Restricted procedure. This requires interested parties to complete a pre-qualification stage by submitting a Single Procurement Document Scotland (SPD) before being invited to submit a tender. This down selection process allows us to limit the number of parties receiving the full tender and moving forward to the negotiation phase(s). Under CPN tenders are submitted from down selected suppliers and are then subject to evaluation and negotiation and then re-submitted to finalise positions and allow selection of a preferred bidder. In the event when DML HR down select to more than three (3) DML HR reserve the right to down select to three (3) prior to moving to negotiate with supplier for final offers, this would be based on the Most Economically Advantageous Tender score achieved. DML HR reserves the right not to conclude any Contract from either Lot for this Procurement. The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 18139. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:644302)",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-029fae",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Occupational Health Service & Employee Assist Programme",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "71317210",
"description": "Health and safety consultancy services"
},
"mainProcurementCategory": "services",
"description": "David MacBrayne Limited (DML) is the parent company of CalMac Ferries Ltd, supported by a human resource subsidiary, David MacBrayne HR (UK) Ltd (DML HR). DML HR have a requirement for an Occupational Health (OH) service and Employee Assist Programme (EAP) with the aim of boosting wellbeing with ultimately a reduction in absence and sickness. This Procurement is split into 2 Lots, Lot 1 - Occupational Health and Lot 2 - Employee Assist Programme. Suppliers may bid for both Lots. Each Lot will be evaluated separately",
"value": {
"amount": 200000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"title": "Occupational Health Service",
"description": "David MacBrayne Limited (DML) is the parent company of CalMac Ferries Ltd, supported by a human resource subsidiary, David MacBrayne HR (UK) Ltd (DML HR). DML HR have a requirement for an Occupational Health (OH) service with the aim of boosting wellbeing with ultimately a reduction in absence and sickness. Requirements are listed below and stated if Essential or Desirable: Lot 1 Occupational Health Services Geographical spread - to cover full network - remote accessibility Essential Time/Content of Reports - number of telephone referrals; face-to-face referrals; time from referral to solution. Essential Escalation process to challenge conflicting reports/seek clarity Essential Additional services - GAD Assessments; Stress Audits; Stress Risk Assessments, CBT; Physio; Nutritionist - face to face and virtual etc. Workplace and Work station assessments. Sourcing costings and timeframes from 'private' hospitals for surgery/Scans/Clinical Psychological Assessments & treatment Essential Monthly KPI Reporting Essential Health Surveillance - Hearing tests; Hand-arm vibration syndrome; lung function tests. Nightwatch Assessments Essential Sector Experience Essential Quarterly OCH Case Review Panel (Doctor) where required Desirable Technology Solutions (access for all patients to an Online Self-Help module(s) as part of therapy) Desirable Health promotion and wellbeing - smoking, alcohol and substance misuse. As part of this strategy, requesting activities such as flu vaccinations or health checks e.g. BMI, cholesterol and BP. Desirable The contract for this service will be let for an initial two-year duration, with optional periods of 2 x 12 months. The total contract duration is up to four years. DML HR will contract with the most economically advantageous bidder. DML HR may request Bidders to present their bids. Additional information: 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.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "50"
},
{
"type": "price",
"description": "50"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "This contract shall operate for a term of 2 years with an option to extend for up to an additional two 12 month periods."
},
"secondStage": {
"minimumCandidates": 3,
"maximumCandidates": 3
},
"selectionCriteria": {
"description": "The Procurement will be conducted through the use of the Competitive Procedure with Negotiation. All queries about this procurement must be made via the PCS-T messaging system. The process we will apply is: Statements including the specific requirements can be found within Section III.1.3 of the Contract Notice. Bidders must pass the minimum standards sections of the SPD(Scotland). Part III and Section B of Part IV will be scored on a pass/fail basis, and section C of part IV of the SPD(Scotland) will be scored in the following way: Questions 4C 1.2 of the SPD will be scored using the following methodology: 100- Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 75 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 50 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature. 25 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability. 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. The responses to the questions at Section III.1.3 of the Contract Notice will be weighted in the following way. Please see SPD(Scotland) Question 4C.1.2: 100%. DML HR will take a minimum of three highest scoring bidders through and they will be invited to submit a tender."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "2",
"title": "Employee Assist Programme",
"description": "David MacBrayne Limited (DML) is the parent company of CalMac Ferries Ltd, supported by a human resource subsidiary, David MacBrayne HR (UK) Ltd (DML HR). DML HR have a requirement for an Employee Assist Programme (EAP) with the aim of boosting wellbeing with ultimately a reduction in absence and sickness. Requirements are listed below and stated if Essential or Desirable: Lot 2 Employee Assist Programme Geographical spread - to cover full network - remote accessibility Essential Monthly KPI Reporting Essential Sector Experience Essential Technology Solutions (access for all patients 3.1 to an Online Self-Help module(s) as part of therapy) Desirable The contract for this service will be let for an initial two-year duration, with optional periods of 2 x 12 months. The total contract duration is up to four years. DML HR will contract with the most economically advantageous bidder. DML HR may request Bidders to present their bids. Additional information: 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.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "50"
},
{
"type": "price",
"description": "50"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "This contract shall operate for a term of 2 years with an option to extend for up to an additional two 12 month periods."
},
"secondStage": {
"minimumCandidates": 3,
"maximumCandidates": 3
},
"selectionCriteria": {
"description": "The Procurement will be conducted through the use of the Competitive Procedure with Negotiation. All queries about this procurement must be made via the PCS-T messaging system. The process we will apply is: Statements including the specific requirements can be found within Section III.1.3 of the Contract Notice. Bidders must pass the minimum standards sections of the SPD(Scotland). Part III and Section B of Part IV will be scored on a pass/fail basis, and section C of part IV of the SPD(Scotland) will be scored in the following way: Questions 4C 1.2 of the SPD will be scored using the following methodology: 100- Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 75 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 50 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature. 25 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability. 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. The responses to the questions at Section III.1.3 of the Contract Notice will be weighted in the following way. Please see SPD(Scotland) Question 4C.1.2: 100%. DML HR will take a minimum of three highest scoring bidders through and they will be invited to submit a tender."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71317200",
"description": "Health and safety services"
},
{
"scheme": "CPV",
"id": "71317210",
"description": "Health and safety consultancy services"
},
{
"scheme": "CPV",
"id": "75122000",
"description": "Administrative healthcare services"
}
],
"deliveryAddresses": [
{
"region": "UKM"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71317200",
"description": "Health and safety services"
},
{
"scheme": "CPV",
"id": "71317210",
"description": "Health and safety consultancy services"
},
{
"scheme": "CPV",
"id": "75122000",
"description": "Administrative healthcare services"
}
],
"deliveryAddresses": [
{
"region": "UKM"
}
],
"relatedLot": "2"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to these statements when completing section 4B of the SPD (Scotland) Statement for 4B.2 Bidders must provide their (\"specific\") yearly turnover for the last 3 financial years. Statement for 4B.4 Bidders must demonstrate a Current Ratio of greater than 1. Current Ratio will be calculated as follows; Net Current Assets divided by Net Current Liabilities There must be no qualification or contra-indication from any evidence provided in support of the bidder's economic and financial standing Statement for 4B5.1 It is a requirement for this contract that bidders hold or commit to obtain prior to the commencement of any subsequently awarded contract the types of Insurance indicated below; Employer's (Compulsory) Liability Insurance = 5 Million GBP Public Liability Insurance = 5 Million GBP Professional Indemnity and/or Medical Negligence: 5 Million GBP",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "This SPD (Scotland) is designed to allow DML HR to review evidence of prior experience and should not make forward-looking statements or predict where services or products may have utility for DML. 2.3 Part 4C 1.2 of the SPD (Weighting 100%) - In relation to the outlined description in Part 11.2.4 of Contract Notice, bidders are required to describe and demonstrate past experiences (in the last 3 years) in delivering similar service and relevance to DML HR bearing in mind the remote locations of some of our staff. You should include values of these Contracts 2.4 Q2.4.2 of the SPD (Weighting Pass/Fail) - Bidders will be required to provide contacts of references as detailed in Part 4C 1.2. 2.5 Q4C.7 of the SPD - Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required environmental management systems or standards in accordance with BS EN ISO 14001:2015 (or equivalent) or produce other means of proof concerning required environmental management systems or standards. 2.6 Q4D.1 of the SPD - Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required Quality Assurance standards in accordance with BS EN 9001:2015 (or equivalent) or produce other means of proof concerning their quality assurance schemes.",
"appliesTo": [
"supplier"
]
}
]
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"secondStage": {
"successiveReduction": true,
"noNegotiationNecessary": true,
"invitationDate": "2021-05-12T00:00:00+01:00"
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-04-27T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"hasRecurrence": true,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"recurrence": {
"description": "6 months before contract end date"
}
},
"parties": [
{
"id": "GB-FTS-10287",
"name": "David MacBrayne HR (UK) Limited",
"identifier": {
"legalName": "David MacBrayne HR (UK) Limited"
},
"address": {
"streetAddress": "Ferry Terminal",
"locality": "Gourock",
"region": "UKM",
"postalCode": "PA19 1QP",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Alison Ure",
"telephone": "+44 1475650243",
"email": "alison.ure@calmac.co.uk",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.calmac.co.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10923",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"description": "Ferry Operator, Transport"
}
]
}
},
{
"id": "GB-FTS-10288",
"name": "Sheriff Court House",
"identifier": {
"legalName": "Sheriff Court House"
},
"address": {
"streetAddress": "1 Nelson Street",
"locality": "Greenock",
"postalCode": "PA15 1TR",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1475787073",
"email": "greenock@scotcourts.gov.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-10287",
"name": "David MacBrayne HR (UK) Limited"
},
"language": "en"
}