Notice Information
Notice Title
Management of a Flu Immunisation Programme
Notice Description
The Scottish Police Authority (known as the "the Authority"), has a requirement to appoint a single Contractor to deliver and manage the Authority's flu immunisation programme and report on the usage.
Lot Information
Lot 1
The appointed Contractor will be required to deliver the following services: Assist with the development of internal corporate communication in collaboration with the Authority to allow the Authority's employees to register their request for a voucher via the Authority's Intranet page. Process and manage requests from the Authority's employees (Police Officers and Police Staff). The appointed Contractor will be required to confirm the request, keep track of key actions and request dates for each individual employee. Develop various voucher types with participating pharmacies to allow employees within rural locations to access services. Issue vouchers electronically via email to the Authority's employees email address , ensuring safe receipt and managing requests from employees who have not received their voucher after a request was made. Manage issued vouchers keeping track of those vouchers which have been used and those which have not been used, to keep track of the usage and the success of the programme. The appointed Contractor will also be required to provide the Authority with a report detailing this information with regular updates. Reporting to be broken down per policing division, the Authority will supply the division information at Contract Award.
Renewal: This contract shall be renewed at the end of the 1 year contract period if the programme is a success. Any renewal shall be re-tendered and shall be for a longer contract term.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000586446
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN356385
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- PCS Notice - Website Contract 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
33 - Medical equipments, pharmaceuticals and personal care products
85 - Health and social work services
-
- CPV Codes
33651660 - Influenza vaccines
85148000 - Medical analysis services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 7 Jun 20196 years ago
- Submission Deadline
- 21 Jun 2019Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- At the end of the contract period if the programme is a success the contract shall be renewed and re-tendered.
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCOTTISH POLICE AUTHORITY
- Contact Name
- Not specified
- Contact Email
- charlotte.reid@scotland.pnn.police.uk
- Contact Phone
- Not specified
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
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN356385
Management of a Flu Immunisation Programme - The Scottish Police Authority (known as the "the Authority"), has a requirement to appoint a single Contractor to deliver and manage the Authority's flu immunisation programme and report on the usage.
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-r6ebe6-0000586446-2019-06-07T00:00:00Z",
"date": "2019-06-07T00:00:00Z",
"ocid": "ocds-r6ebe6-0000586446",
"initiationType": "tender",
"parties": [
{
"id": "org-98",
"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": "https://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"
}
}
],
"buyer": {
"name": "Scottish Police Authority",
"id": "org-98"
},
"tender": {
"id": "PROC19/20-039",
"title": "Management of a Flu Immunisation Programme",
"description": "The Scottish Police Authority (known as the \"the Authority\"), has a requirement to appoint a single Contractor to deliver and manage the Authority's flu immunisation programme and report on the usage.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "85148000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Police Scotland I 2 French Street I Dalmarnock I Glasgow I G40 4EH"
},
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2019-06-21T12:00:00Z"
},
"awardPeriod": {
"startDate": "2019-06-21T12:00:00Z"
},
"documents": [
{
"id": "JUN356385",
"documentType": "contractNotice",
"title": "Management of a Flu Immunisation Programme",
"description": "The Scottish Police Authority (known as the \"the Authority\"), has a requirement to appoint a single Contractor to deliver and manage the Authority's flu immunisation programme and report on the usage.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN356385",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The appointed Contractor will be required to deliver the following services: Assist with the development of internal corporate communication in collaboration with the Authority to allow the Authority's employees to register their request for a voucher via the Authority's Intranet page. Process and manage requests from the Authority's employees (Police Officers and Police Staff). The appointed Contractor will be required to confirm the request, keep track of key actions and request dates for each individual employee. Develop various voucher types with participating pharmacies to allow employees within rural locations to access services. Issue vouchers electronically via email to the Authority's employees email address , ensuring safe receipt and managing requests from employees who have not received their voucher after a request was made. Manage issued vouchers keeping track of those vouchers which have been used and those which have not been used, to keep track of the usage and the success of the programme. The appointed Contractor will also be required to provide the Authority with a report detailing this information with regular updates. Reporting to be broken down per policing division, the Authority will supply the division information at Contract Award.",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 360
},
"hasRenewal": true,
"renewal": {
"description": "This contract shall be renewed at the end of the 1 year contract period if the programme is a success. Any renewal shall be re-tendered and shall be for a longer contract term."
}
}
],
"bidOpening": {
"date": "2019-06-21T12:00:00Z",
"address": {
"streetAddress": "Police Scotland I 2 French Street I Dalmarnock I Glasgow I G40 4EH"
},
"description": "via Public Contract Scotland Tender"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "During the period of the Contract Agreement, the Contractor shall monitor and measure their performance against the Key Performance Indicators (KPIs) detailed below: Quality - Category Weight (30.00%) Contract Outcome: Sub-Weighting - 80.00% Continual Improvement/Innovation: Sub-Weighting - 20.00% Cost - Category Weight (20.00%) Invoice Accuracy: Sub-Weighting - 100.00% Service - Category Weight (40.00%) Complaints: Sub-Weighting - 30.00% Communication: Sub-Weighting - 30.00% Management Information: Sub-Weighting - 40.00% Sustainability - Category Weight (10.00%) Sustainable Processes: Sub-Weighting - 50.00% Community Benefits: Sub-Weighting - 50.00%"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Not Applicable"
},
{
"type": "economic",
"minimum": "It is a requirement of this Contract that Tenderers hold, or can commit to obtain prior to the commence of any subsequently awarded Contract, indicated below: ESPD Question 4B5 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. 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. ESPD Question 4B6 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 Tenderer'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 banker's 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 stated within the tender documents. ESPD Question 4C1.2 Two (2) examples of the provision of similar services will be requested and must be from within the last 3 years for goods and services. If Tenderers are unable to provide two (2) examples the tenderer may be required to explain why examples cannot be provided."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2019-12-18T00:00:00Z"
}
},
"classification": {
"id": "33651660",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "At the end of the contract period if the programme is a success the contract shall be renewed and re-tendered."
}
},
"language": "EN",
"description": "ESPD Question 4C.12 Quality Control Requirements Tenderers may be required to provide the following for Quality Control requirements: EITHER: Option A) If a Tenderers organisation holds a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) a copy of the certificate may be requested. OR Option B) If a Tenderers organisation has a documented policy regarding quality management, a copy of the policy may be requested. Guidance The policy should set out your organisation's responsibilities for quality management. Demonstrating that your organisation has and continues to implement a quality management policy that is authorised by the Chief Executive or equivalent and is periodically reviewed at a senior management level. The policy should be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. Vetting The tenderer's representative with overall responsibility for undertaking the works and the personnel assigned to the supply of the services shall be vetted to Non Police Personnel Vetting Standards (NPPV) Level 1. It would be beneficial if tenderer's put forwards team that hold or have recently held NPPV Level 1. Economic Operators Applicable to Non-OJEU Notices: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016. Assessment of Employment Status Tenderers may be asked to declare whether they intend to provide services through a Personal Service Company (PSC). From April 2017, the responsibility to pay employment taxes shifts from the PSC to public sector bodies and the Authority must be aware of any successful tenderer's detailed employment status. For further information on determining employment status the Government has published guidance on this IR35 Legislation Living Wage Tenderers will be asked to confirm if they pay all employees as a minimum the Real Living Wage as published by the Living Wage Foundation for statistical information gathering purposes only. Equality and Diversity Tenderers will be required to comply with the statutory obligations under the Equality Act 2010. Declaration of Non-Involvement in Serious Organised Crime Tenderers must complete and sign a Declaration of Non-Involvement in Serious Organised Crime form Subcontractor Detail Tenderers will be required to provide details of the subcontractors they intend to use in their supply chain. Tenderers are required to complete this section as part of the ESPD. Data Protection Tenderers must be aware of their obligations under the Data Protection Act as set out in the Contract. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 13715. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: It has become clear that there is scope within the EU legal framework which applies to public contracts, to use contracts to deliver wider social benefits such as: Targeted recruitment and training (providing employment and training opportunities/Apprenticeships) SME and social enterprise development Community engagement As part of your response to the Quality criteria, Tenderers are requested to provide an outline of all community benefits you can offer for this contract. (SC Ref:586446)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000586446"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}