Notice Information
Notice Title
Provision of Occupational Health Services
Notice Description
The Scottish Police Authority on behalf of Police Scotland are looking to contract with a single supplier to deliver a range of occupational health services.
Lot Information
Lot 1
Police Scotland has a headcount of approximately 23,000. The workforce is dispersed throughout Scotland, including the Western and Northern Isles. The locations for delivering the Services will be a combination of Police Scotland premises and Contractor owned, rented or mobile accommodation, as appropriate for the specific Service requirement. The required occupational health service includes: -Health Surveillance and Monitoring -Fitness for Task/Safety Critical Work -Advice to Force working parties/communities -Referrals -Advice on sickness absence -Ill Health Retirement -Immunisation -Overseas Deployments -Statutory Requirements -Role Specific Medicals -Physiotherapy -Neuro diverse Conditions -TRiM This does not represent an exhaustive list. Minimum Standard of Professional Ability The Contractor's clinical staff will be registered with the relevant regulatory body. The Contractor will have annual verification of General Medical Council (GMC), Nursing and Midwifery Council (NMC), Health and Care Professions Council (HCPC) certification for every employed or contracted health care professional.The Contractor's clinical staff will have the knowledge, skills, qualifications, experience and training for the tasks they perform and will undergo continuing professional development and revalidation.The Contractor must be Safe Effective Quality Occupational Health Service (SEQOHS) accredited or be signed up to the SEQOHS Accreditation pathway.The Contractor's employees must be trained to comply with all the requirements of the Management of Health and Safety at Work Regulations 1999. Details of essential qualifications requirements for the posts please refer to Section III.1.1 Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade register
Renewal: an option to extend up to 12 months
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000547413
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG329181
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
85 - Health and social work services
-
- CPV Codes
79625000 - Supply services of medical personnel
85147000 - Company health services
85312320 - Counselling services
Notice Value(s)
- Tender Value
- £8,000,000 £1M-£10M
- Lots Value
- £8,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 22 Aug 20187 years ago
- Submission Deadline
- 1 Oct 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 22 Aug 20187 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- March 2023
Notice Status
- Tender Status
- Cancelled
- Lots Status
- Cancelled
- Awards Status
- Unsuccessful
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCOTTISH POLICE AUTHORITY
- Contact Name
- June Northcote
- Contact Email
- june.northcote@scotland.pnn.police.uk
- Contact Phone
- +44 1786896109
Buyer Location
- Locality
- GLASGOW
- Postcode
- G51 1DZ
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- TLM Scotland
-
- Local Authority
- Glasgow City
- Electoral Ward
- Govan
- Westminster Constituency
- Glasgow South West
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG328417
Provision of Occupational Health Services - The Scottish Police Authority on behalf of Police Scotland are looking to contract with a single supplier to deliver a range of occupational health services. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG329181
Provision of Occupational Health Services - The Scottish Police Authority on behalf of Police Scotland are looking to contract with a single supplier to deliver a range of occupational health services.
Notice URLs
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-r6ebe6-0000547413-2018-08-22T00:00:00Z",
"date": "2018-08-22T00:00:00Z",
"ocid": "ocds-r6ebe6-0000547413",
"initiationType": "tender",
"parties": [
{
"id": "org-36",
"name": "Scottish Police Authority",
"identifier": {
"legalName": "Scottish Police Authority"
},
"address": {
"streetAddress": "1 Pacific Quay, 2nd Floor",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G51 1DZ"
},
"contactPoint": {
"name": "June Northcote",
"email": "june.northcote@scotland.pnn.police.uk",
"telephone": "+44 1786896109",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "Police Authority for the Police Service of Scotland with the functions referred to in Section 2 of the Police and Fire Reform (Scotland) Act 2012.",
"scheme": "COFOG"
}
],
"url": "http://www.spa.police.uk"
}
},
{
"id": "org-121",
"name": "Scottish Police Authority",
"identifier": {
"legalName": "Scottish Police Authority"
},
"address": {
"streetAddress": "1 Pacific Quay, 2nd Floor",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G51 1DZ"
},
"contactPoint": {
"name": "June Northcote",
"email": "june.northcote@scotland.pnn.police.uk",
"telephone": "+44 1786896109",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "Police Authority for the Police Service of Scotland with the functions referred to in Section 2 of the Police and Fire Reform (Scotland) Act 2012.",
"scheme": "COFOG"
},
{
"id": "Police Authority for the Police Service of Scotland with the functions referred to in Section 2 of the Police and Fire Reform (Scotland) Act 2012",
"scheme": "COFOG"
}
],
"url": "http://www.spa.police.uk"
}
}
],
"buyer": {
"name": "Scottish Police Authority",
"id": "org-121"
},
"tender": {
"id": "Project -11215",
"title": "Provision of Occupational Health Services",
"description": "The Scottish Police Authority on behalf of Police Scotland are looking to contract with a single supplier to deliver a range of occupational health services.",
"status": "cancelled",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "79625000",
"scheme": "CPV"
},
{
"id": "85312320",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 8000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2018-10-01T12:00:00Z"
},
"awardPeriod": {
"startDate": "2018-10-01T12:30:00Z"
},
"documents": [
{
"id": "AUG328417",
"documentType": "contractNotice",
"title": "Provision of Occupational Health Services",
"description": "The Scottish Police Authority on behalf of Police Scotland are looking to contract with a single supplier to deliver a range of occupational health services.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG328417",
"format": "text/html"
},
{
"id": "AUG329181",
"documentType": "awardNotice",
"title": "Provision of Occupational Health Services",
"description": "The Scottish Police Authority on behalf of Police Scotland are looking to contract with a single supplier to deliver a range of occupational health services.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG329181",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Police Scotland has a headcount of approximately 23,000. The workforce is dispersed throughout Scotland, including the Western and Northern Isles. The locations for delivering the Services will be a combination of Police Scotland premises and Contractor owned, rented or mobile accommodation, as appropriate for the specific Service requirement. The required occupational health service includes: -Health Surveillance and Monitoring -Fitness for Task/Safety Critical Work -Advice to Force working parties/communities -Referrals -Advice on sickness absence -Ill Health Retirement -Immunisation -Overseas Deployments -Statutory Requirements -Role Specific Medicals -Physiotherapy -Neuro diverse Conditions -TRiM This does not represent an exhaustive list. Minimum Standard of Professional Ability The Contractor's clinical staff will be registered with the relevant regulatory body. The Contractor will have annual verification of General Medical Council (GMC), Nursing and Midwifery Council (NMC), Health and Care Professions Council (HCPC) certification for every employed or contracted health care professional.The Contractor's clinical staff will have the knowledge, skills, qualifications, experience and training for the tasks they perform and will undergo continuing professional development and revalidation.The Contractor must be Safe Effective Quality Occupational Health Service (SEQOHS) accredited or be signed up to the SEQOHS Accreditation pathway.The Contractor's employees must be trained to comply with all the requirements of the Management of Health and Safety at Work Regulations 1999. Details of essential qualifications requirements for the posts please refer to Section III.1.1 Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade register",
"status": "cancelled",
"value": {
"amount": 8000000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "an option to extend up to 12 months"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "as per procurement documents",
"description": "100"
},
{
"type": "price",
"description": "0"
}
]
}
}
],
"bidOpening": {
"date": "2018-10-01T12:30:00Z",
"address": {
"streetAddress": "Glasgow"
}
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Service Levels for Delivery of Occupational Health Services are listed in Appendix of the ITT found on the PCS Tender portal."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "The suppliers must be able to meet the following minimum Standard of Professional Ability. The Contractor's clinical staff will be registered with the relevant regulatory body. The Contractor will have annual verification of General Medical Council (GMC), Nursing and Midwifery Council (NMC), Health and Care Professions Council (HCPC) certification for every employed or contracted health care professional.The Contractor's clinical staff will have the knowledge, skills, qualifications, experience and training for the tasks they perform and will undergo continuing professional development and revalidation.The Contractor must be Safe Effective Quality Occupational Health Service (SEQOHS) accredited or be signed up to the SEQOHS Accreditation pathway.The Contractor's employees must be trained to comply with all the requirements of the Management of Health and Safety at Work Regulations 1999. Suppliers must be able to meet the following essential qualifications requirements for the posts: Occupational Health Advisors -The nurse must be a Registered Nurse on Part 1 of the NMC Register; and -Hold a suitable specialist post-registration qualification in occupational health, commensurate with the demands of the role e.g. Part 3 Registration with the NMC as a Specialist Community Public Health Nurse; or -Occupational Health (OH) certificate or Diploma qualification gained prior to the introduction of specialist practitioner qualifications and providing the programme was completed before 31 October 1998. Immunisation nurses -Current nurse registration on Part 1 of the NMC Register; -Evidence of immunisation training in the last 12 months in line with the Health Protection Agency's National Minimum Standards for immunisation training, including basic life support training and anaphylaxis management. Screening nurses -Current nurse registration on Part 1 of the NMC Register; -Appropriate training to a suitable standard pertinent to the testing being carried out (e.g. lung function testing, audiometry.). Occupational Health Technicians -All OH technicians must be suitably trained, based on the Royal College of Nursing Guidance on Roles and Responsibilities of OH Support Workers; -Appropriate training to a suitable standard pertinent to the testing being carried out (e.g. lung function testing, audiometry.). Consultant Occupational Health Physicians (Accredited specialist) Consultant physicians will act as Force Medical Advisors. Essential qualifications: -Membership of the Faculty of Occupational Medicine (MFOM), or European Economic Area (EEA) equivalent; -At least one physician will be a Fellow of the Faculty of Occupational Medicine (FFOM). The FFOM will provide strategic advice to the Police Scotland Executive at its request; -One physician (MFOM) will be nominated to act as the Selected Medical Practitioner (SMP) in respect of ill health retirement cases. Occupational Health Physicians (OHP) -Doctors must have, as a minimum, a Diploma in Occupational Medicine. Physiotherapists -Professional registration with the Health Professions Council; -Evidence of suitable post registration training in the treatment of musculoskeletal conditions. Counsellors Personnel, and if applicable any sub-contractors, must be members of one of the following or equivalent bodies. -British Association for Counselling and Psychotherapy (BACP) -Employee Assistance Professionals Association (EAPA) -British Psychological Society (BPS) -UK Council for Psychotherapy (UKCP) -Counselling and Psychotherapy in Scotland (COSCA Psychologists Psychologists should belong to a recognised UK professional body and in addition be entered in the Allied Professionals Register."
},
{
"type": "economic",
"description": "In order to pass the Financial Check section of the contract, it is mandatory for companies to attain the undernoted:- To establish the financial standing of a potential Tenderer, the SPA will firstly take into account a risk report provided independently by Credit Safe. Tenderers are asked to provide their Company Number so that the SPA can run this report. Within such reports, the risk of business failure is expressed as a score of 30 or below (high risk of business failure). In the event that a company is determined to have a risk failure rating of 30 and below i.e. that the company is considered to have a high risk of business failure, the submission will not be considered further. If you are successful in the award of this Contract, and where, during the life of the Contract, including any extension period, your risk failure rating falls below 30 then the SPA reserves the right to remove you from this Contract. It is the Supplier's responsibility to ensure that the information held by Credit Safe is accurate and up to date. For the avoidance of doubt, the SPA will request a report from Credit Safe following the closing date for the receipt of the Tenders to ensure that the most up to date information is used. Where you are not registered on Credit Safe e.g. charitable organisations or new start companies/ sole traders with less than 3 years' trading history, discretionary powers are available to the Chief Financial Officer to consider abbreviated accounts along with banker's references etc. Tenderers should be aware that any outstanding court judgements will have a detrimental effect on the rating held by Credit Safe and it is your responsibility to ensure that the information held by Credit Safe is accurate and up to date - failure to do so will result in rejection of your submission. IMPORTANT NOTE: This requirement is not applicable to sole traders/ charities. Sole traders/ charities may be required to provide a banker's reference if successful. Tenderers are required to have a minimum \"general\" annual turnover of GBP 8million for the last two financial years. Where a Tenderer does not have an annual turnover of this value, the SPA 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. Where this information is not available due to a new company being established a business plan should be provided demonstrating how the organisation will meet the annual turnover requirement. 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. Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the SPA will exclude the Tenderer from the competition. -a. Public Liability Insurance - GBP5million -b. Product Liability Insurance - GBP5million -c. Professional Indemnity Insurance - GBP5million -d. Employers (Compulsory) Liability Insurance - in accordance with any legal obligation for the time being in force.",
"minimum": "Please see details above."
},
{
"type": "technical",
"description": "With reference to ESPD question 4C.1.2, tenderers will be required to provide 2 examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the OJEU Contract Notice.",
"minimum": "One of the examples provided must be relating to comparable tenders in value and type previously undertaken within the last three years dealing with Police or uniformed culture. The example should also include eight anonymised examples of reports associated with physician services (two) , clinician services (two), physiotherapy services (two) and Neuro Diverse (two). The tenderers are also required to provide an example detailing how its organisation has introduced a new caseload, similar in type to Police Scotland requirements, into its clinical service during a period of transition and how this process was able to maintain the required standard of care for individual cases. If the Tenderers have not introduced a new caseload into its clinical service during a period of transition it should provide details of how it would achieve this successfully."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"classification": {
"id": "85147000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "March 2023"
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "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) Regulation 2015. To access PCS-Tender, record your interest in this notice and access the tender document please visit https://www.publictendersscotland.publiccontractsscotland.gov.uk and search for Project Code 11215 under ITTs Open to All Suppliers. Please use the Search/Filter function, then select Project Code from the dropdown. Please note that once you have expressed interest in the ITT it will move to your My ITTs area. For further information on using PCS-Tender, please read the Supplier Response Guide: https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/supplierhelppage/PCS-TSupplierResponseGuide.pdf If you have already registered on Public Contracts Scotland and PCS-Tender and paired your accounts you can access PCS-Tender through your Public Contracts Scotland Control Panel. (SC Ref:554652)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000547413"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000547413"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "Project -11215",
"status": "unsuccessful",
"statusDetails": "discontinued",
"relatedLots": [
"1"
]
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2018/S 159-364733"
}
]
}