Award

PROC226 - Provision of Occupational Health Services

SCOTTISH POLICE AUTHORITY

This public procurement record has 2 releases in its history.

Award

19 Feb 2019 at 00:00

Tender

07 Sep 2018 at 00:00

Summary of the contracting process

The Scottish Police Authority (SPA) has recently completed a procurement process for the "Provision of Occupational Health Services" under tender reference PROC226. This service aims to enhance the health and well-being of Police Scotland personnel, achieving a reduction in absence and ill-health retirement rates. The procurement was conducted through an open procedure, and the award was made to "Working on Wellbeing trading as Optima Health". The contract is valued at approximately £9,206,598 and was signed on 18th February 2019. This initiative took place in Glasgow, with the final delivery address located at 2 French Street, Dalmarnock, G40 4EH.

This tender presents significant opportunities for businesses specialising in occupational health services, particularly those with expertise in providing comprehensive health management solutions tailored for the public sector. Companies that focus on enhancing employee well-being, reducing workplace absences, and improving overall health outcomes would be well-suited to compete for similar future contracts. Additionally, businesses that can demonstrate innovative approaches, comply with stringent medical standards, and contribute to community benefits through targeted recruitment and training may strengthen their bidding position for upcoming, related projects.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

PROC226 - Provision of Occupational Health Services

Notice Description

The primarily aim of the Occupational Health service is to support Police Scotland's objectives of a reduction in absence and ill health retiral rates through delivery of a responsive and timely professional advisory service.

Lot Information

Lot 1

The primarily aim of the Occupational Health service is to support Police Scotland's objectives of a reduction in absence and ill health retiral rates through delivery of a responsive and timely professional advisory service.

Renewal: Contract Duration 4 years (+1 year) - contract shall be renewed either in 4 years or 5 year if optional 1 year extension is activated.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000556790
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB345901
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
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

75 - Administration, defence and social security services


CPV Codes

75122000 - Administrative healthcare services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£9,206,598 £1M-£10M

Notice Dates

Publication Date
19 Feb 20197 years ago
Submission Deadline
12 Oct 2018Expired
Future Notice Date
Not specified
Award Date
18 Feb 20197 years ago
Contract Period
Not specified - Not specified
Recurrence
YES 4 years 5 years if optional extension is activated

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SCOTTISH POLICE AUTHORITY
Contact Name
Not specified
Contact Email
charlotte.reid@scotland.pnn.police.uk
Contact Phone
+44 1786896463

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
TLM82 Glasgow City

Local Authority
Glasgow City
Electoral Ward
Govan
Westminster Constituency
Glasgow South West

Supplier Information

Number of Suppliers
1
Supplier Name

WORKING ON WELLBEING TRADING AS OPTIMA HEALTH

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-r6ebe6-0000556790-2019-02-19T00:00:00Z",
    "date": "2019-02-19T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000556790",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-47",
            "name": "Scottish Police Authority",
            "identifier": {
                "legalName": "Scottish Police Authority"
            },
            "address": {
                "streetAddress": "1 Pacific Quay, 2nd Floor",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G51 1DZ"
            },
            "contactPoint": {
                "email": "charlotte.reid@scotland.pnn.police.uk",
                "telephone": "+44 1786896463",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "03",
                        "description": "Public order and safety",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.spa.police.uk"
            }
        },
        {
            "id": "org-138",
            "name": "Scottish Police Authority",
            "identifier": {
                "legalName": "Scottish Police Authority"
            },
            "address": {
                "streetAddress": "1 Pacific Quay, 2nd Floor",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G51 1DZ"
            },
            "contactPoint": {
                "email": "charlotte.reid@scotland.pnn.police.uk",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "03",
                        "description": "Public order and safety",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "National or federal agency/office",
                        "scheme": "TED_CA_TYPE"
                    }
                ],
                "url": "http://www.spa.police.uk"
            }
        },
        {
            "id": "org-139",
            "name": "Working on Wellbeing trading as Optima Health",
            "identifier": {
                "legalName": "Working on Wellbeing trading as Optima Health"
            },
            "address": {
                "streetAddress": "Grosvenor House, Prospect Hill",
                "locality": "Redditch",
                "region": "UK",
                "postalCode": "B97 4DL"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "Scottish Police Authority",
        "id": "org-138"
    },
    "tender": {
        "id": "PROC226",
        "title": "PROC226 - Provision of Occupational Health Services",
        "description": "The primarily aim of the Occupational Health service is to support Police Scotland's objectives of a reduction in absence and ill health retiral rates through delivery of a responsive and timely professional advisory service.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "75122000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "2 French Street, Dalmarnock, Glasgow, G40 4EH"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2018-10-12T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2018-10-12T12:00:00Z"
        },
        "documents": [
            {
                "id": "SEP330705",
                "documentType": "contractNotice",
                "title": "PROC226 - Provision of Occupational Health Services",
                "description": "The primarily aim of the Occupational Health service is to support Police Scotland's objectives of a reduction in absence and ill health retiral rates through delivery of a responsive and timely professional advisory service.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP330705",
                "format": "text/html"
            },
            {
                "id": "FEB345901",
                "documentType": "awardNotice",
                "title": "PROC226 - Provision of Occupational Health Services",
                "description": "The primarily aim of the Occupational Health service is to support Police Scotland's objectives of a reduction in absence and ill health retiral rates through delivery of a responsive and timely professional advisory service.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB345901",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The primarily aim of the Occupational Health service is to support Police Scotland's objectives of a reduction in absence and ill health retiral rates through delivery of a responsive and timely professional advisory service.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Contract Duration 4 years (+1 year) - contract shall be renewed either in 4 years or 5 year if optional 1 year extension is activated."
                }
            }
        ],
        "bidOpening": {
            "date": "2018-10-12T12:00:00Z",
            "address": {
                "streetAddress": "2 French Street Dalmarnock Glasgow G40 4EH"
            }
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "Please see Contract Notice Document within the attachments area of Public Contract Scotland Tender. Not enough characters to provide detail within the notice via Public Contract Scotland."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "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 must be Safe Effective Quality Occupational Health Service (SEQOHS) accredited or be signed up to the SEQOHS Accreditation pathway."
                },
                {
                    "type": "economic",
                    "minimum": "It is a requirement of this Contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded Contract indicated below: Insurances: Employers (Compulsory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide their current Employers Liability Insurance certificate which should include name of the insurers, policy numbers, expiry date and limits for any one incident and annual aggregate caps and the excesses under the policies. Public Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Public Liability Insurance certificate. Product Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Professional Indemnity Insurance certificate. Professional Indemnity Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Professional Indemnity Insurance certificate. Documentation requested for the above insurances should include name of insurers, policy numbers, expiry date and limits of any one incident and annual aggregate caps and the excesses under the policies. Financial Standing: The Authority will access a Credit safe report for a Tenderers organisation and use the information contained within to assist with the assessment of the Bidder's economic and financial standing. Tenders are asked to provide their company number within the ESPD to allow the Authority to access a Credit Safe 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 your risk failure rating falls below 30 then the SPA reserve the right to remove you from this contract. It is the Contractor'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 Director of Finance to consider abbreviated accounts along with bankers references etc. Tenderers should be aware that any outstanding County 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 bankers reference if successful."
                },
                {
                    "type": "technical",
                    "minimum": "Tenderer's will be required to provide evidence of having the necessary capacity and capability to deliver the requirements for the \"Provision of Occupational Health Services\" The below requirements will be requested at the \"Request For Documentation\" Stage: Two (2) examples of the provision of similar goods/services/works may be requested and must be from within the last 3 years for goods and services and within the last 5 years of work contracts. If Tenderers are unable to provide two (2) examples the tenderer may be required to explain why examples cannot be provided. Tenderers may also be required to provide: Technical Skills A statement of the relevant professional and technical skills available within your organisation; or where applicable, consortium members and/or named sub-contractors in relation to this procurement exercise. Guidance The buyer will use the information you provide to evaluate whether your organisation; consortium members and/or named sub-contractors have the relevant professional and technical skills required for this procurement exercise. Technical Resources A statement of the relevant technical resources such as the tools, plant, facilities and technical equipment available to your organisation, or where applicable, consortium members and/or named sub-contractors in relation to this procurement exercise. Guidance The buyer will use the information you provide to evaluate whether your organisation; consortium members and/or named sub-contractors have the relevant technical resources for this procurement exercise. Technical Confirmation If available, copies of completion certificates or customers' written declaration which validates the examples you have provided. Guidance If you cannot provide certificates or customer declarations the Authority may choose to contact customers cited directly in order to validate the experience examples you have provided without any further reference to you."
                },
                {
                    "type": "technical",
                    "description": "Execution of the service is reserved to a particular profession"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2019-04-10T00:00:00Z"
            }
        },
        "classification": {
            "id": "75122000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "YES 4 years 5 years if optional extension is activated"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "(SC Ref:574336)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000556790"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000556790"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "PROC226",
            "suppliers": [
                {
                    "id": "org-139",
                    "name": "Working on Wellbeing trading as Optima Health"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "PROC226",
            "awardID": "PROC226",
            "status": "active",
            "value": {
                "amount": 9206598,
                "currency": "GBP"
            },
            "dateSigned": "2019-02-18T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2018/S 174-394773"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "87",
                "measure": "bids",
                "value": 3,
                "relatedLot": "1"
            }
        ]
    }
}