Notice Information
Notice Title
Taxi & Private Hire Driver Medicals
Notice Description
The City of Edinburgh Council requires a medical provider to deliver medical advice to the Licensing Service regarding a person's fitness to drive a taxi or private hire vehicle.
Lot Information
Lot 1
The City of Edinburgh Council (the Council) requires a medical provider to deliver medical advice to the Licensing Service regarding a person's fitness to drive a taxi or private hire vehicle. The medical provider will be required to examine all new license applicant's fitness to meet DVLA Group 2 standards in order to drive a taxi or private hire vehicle in accordance with Council regulations. In addition, any currently licensed drivers aged 60 will be re-examined every time they renew their license and any driver over the age of 65 will be re-examined annually. There are a total of approximately 5208 licensed taxi and private hire drivers with the Council.
Renewal: The Council wishes to hold the option to extend for up to a further 12 months, undertaken at the sole discretion of the Council.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03cfd8
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/006069-2024
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
85 - Health and social work services
-
- CPV Codes
85100000 - Health services
85141000 - Services provided by medical personnel
Notice Value(s)
- Tender Value
- £448,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £780,400 £500K-£1M
Notice Dates
- Publication Date
- 26 Feb 20241 years ago
- Submission Deadline
- 18 Aug 2023Expired
- Future Notice Date
- 9 Jul 2023Expired
- Award Date
- 31 Jan 20242 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- If the full contract period is undertaken, this requirement shall likely be re-tendered in mid 2027
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE CITY OF EDINBURGH COUNCIL
- Contact Name
- Callum Ewan
- Contact Email
- callum.ewan@edinburgh.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH8 8BG
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM13 City of Edinburgh
- Delivery Location
- TLM75 City of Edinburgh
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- City Centre
- Westminster Constituency
- Edinburgh East and Musselburgh
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-03cfd8-2024-02-26T11:03:54Z",
"date": "2024-02-26T11:03:54Z",
"ocid": "ocds-h6vhtk-03cfd8",
"description": "It is a mandatory requirement of this Contract that a prompt payment clause is present in all Contracts used in the delivery of the requirements. This ensures payment of sub-contractors at all stages of the supply chain within 30 days and includes an obligation to provide a point of contact for sub-contractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance as well as the provision of evidence and reports to the Council on request or as contractually scheduled. (SC Ref:754288)",
"initiationType": "tender",
"tender": {
"id": "CT0935",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Taxi & Private Hire Driver Medicals",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "85100000",
"description": "Health services"
},
"mainProcurementCategory": "services",
"description": "The City of Edinburgh Council requires a medical provider to deliver medical advice to the Licensing Service regarding a person's fitness to drive a taxi or private hire vehicle.",
"value": {
"amount": 448000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The City of Edinburgh Council (the Council) requires a medical provider to deliver medical advice to the Licensing Service regarding a person's fitness to drive a taxi or private hire vehicle. The medical provider will be required to examine all new license applicant's fitness to meet DVLA Group 2 standards in order to drive a taxi or private hire vehicle in accordance with Council regulations. In addition, any currently licensed drivers aged 60 will be re-examined every time they renew their license and any driver over the age of 65 will be re-examined annually. There are a total of approximately 5208 licensed taxi and private hire drivers with the Council.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "80"
},
{
"type": "price",
"description": "20"
}
]
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "The Council wishes to hold the option to extend for up to a further 12 months, undertaken at the sole discretion of the Council."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85100000",
"description": "Health services"
},
{
"scheme": "CPV",
"id": "85141000",
"description": "Services provided by medical personnel"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2023-07-10T00:00:00+01:00"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Part IV: Selection criteria - B: Economic and financial standing - Question 4B.1 - Tenderers are required to have a minimum \"general\" annual turnover of 220,000 GBP for the last two financial years. Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. Part IV: Selection criteria - B: Economic and financial standing - Question 4B.4 - Tenderers will be required provide the following information in response to 4B.4: - Current ratio for Current Year: 1.10 - Current ratio for Prior Year: 1.10 The formula for calculating a Tenderer's current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.10. Where a Tenderer's current ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. Part IV: Selection criteria - B: Economic and financial standing - Question 4B.5 - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: - a. Employers (Compulsory) Liability Insurance - 5m GBP - b. Public Liability Insurance - 10m GBP - c. Professional Indemnity - 5m GBP Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Contract Specific Mandatory Criteria Part IV: Selection criteria - C: Technical and Professional Ability - Prompt Payment - Question 4C.4 - It is a mandatory requirement of this Framework that a prompt payment clause is present in all Contracts used in the delivery of the requirements. This ensures payment of sub-contractors at all stages of the supply chain within 30 days and includes an obligation to provide a point of contact for sub-contractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance as well as the provision of evidence and reports to the Council on request or as contractually scheduled. Bidders should confirm that this condition will be met within the response to this question. Part IV: Selection criteria - C: Technical and Professional Ability - Living Wage Payment - Question 4C.4 Tenderers are asked to confirm that they will pay staff that are involved in the delivery of the [framework agreement / contract, and/or any subsequent call off contract] (including any agency or sub-contractor staff) directly involved in the delivery of the [framework agreement / contract, and/or any subsequent call off contract]), at least the real Living Wage. Part IV: Selection criteria - C: Environmental Management Measures - Question 4C.7 - Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to: A completed copy of \"Annex 1 - Contract Climate Change Plan\" including planned projects and actions to reduce the bidder's carbon emissions. This does not need to contain calculated carbon emissions. Where a Tenderer's response is of a less than the acceptable standard, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. Part IV: Selection criteria - C: Premises Within Council Boundaries - Question 4C.8 - As per the Specification, the City of Edinburgh Council requires the provider to have an office based within geographical council boundaries. In relation to the above, can you please provide the following information: does your organisation have premises within the above parameter? Part IV: Selection criteria - C: Key Personnel - Question 4C.9 - It is a mandatory requirement of the contract that the Taxi/Private hire driver medical examinations are conducted by a fully qualified Doctor that is registered and holds a licence to practice with the GMC. Please indicate your compliance with this mandatory requirement. Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management - Question 4D.1 - It is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a Health & Safety Policy and is required to do so, the Council may exclude the Bidder from the competition.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "It is a mandatory requirement of this contract that the Taxi/Private hire driver medical examinations are conducted by a fully qualified Doctor that is registered and holds a licence to practice with the GMC."
}
]
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2023-08-18T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"awardPeriod": {
"startDate": "2023-08-18T12:00:00+01:00"
},
"bidOpening": {
"date": "2023-08-18T12:00:00+01:00"
},
"hasRecurrence": true,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"reviewDetails": "A tenderer that suffers loss as a result of a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. Post contract award the Sheriff Court or the Court of Session may (1) award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose (2) be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the FTS or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.",
"recurrence": {
"description": "If the full contract period is undertaken, this requirement shall likely be re-tendered in mid 2027"
}
},
"parties": [
{
"id": "GB-FTS-346",
"name": "The City of Edinburgh Council",
"identifier": {
"legalName": "The City of Edinburgh Council"
},
"address": {
"streetAddress": "Waverley Court, 4 East Market Street",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH8 8BG",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Callum Ewan",
"email": "callum.ewan@edinburgh.gov.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.edinburgh.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-5024",
"name": "Sheriff Court",
"identifier": {
"legalName": "Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House, 27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-106056",
"name": "YourGP Group Ltd",
"identifier": {
"legalName": "YourGP Group Ltd"
},
"address": {
"streetAddress": "Waterside House, 19 Hawthornbank Lane",
"locality": "Edinburgh",
"region": "UKM",
"postalCode": "EH4 3BH",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "laurie@your.gp"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-346",
"name": "The City of Edinburgh Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000737592"
}
],
"language": "en",
"awards": [
{
"id": "006069-2024-CT0935-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-106056",
"name": "YourGP Group Ltd"
}
]
}
],
"contracts": [
{
"id": "006069-2024-CT0935-1",
"awardID": "006069-2024-CT0935-1",
"status": "active",
"value": {
"amount": 780400,
"currency": "GBP"
},
"dateSigned": "2024-01-31T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 2
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 2
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 2
}
]
}
}