Notice Information
Notice Title
Occupational Health, Employee Counselling and Physiotherapy Services
Notice Description
The provision and management of an Occupational Health, Employee Counselling and Physiotherapy Services for East Lothian Council.
Lot Information
Employee Counselling Service
Lot 2 is for the provision and management of an Employee Counselling Service for East Lothian Council, as detailed in LOT 2 Service Specification.
Renewal: Option to extend the initial 3 year period (36 months) for a further two periods of up to 12 months on each occasion.
Physiotherapy ServicesLot 3 is for the provision and management of a Physiotherapy Service for East Lothian Council, as detailed in Lot 3 Service Specification.
Renewal: Option to extend the initial 3 year (36 months) period for a further two periods of up to 12 months on each occasion.
Occupational Health ServicesLot 1 is for the provision and management of an Occupational Health Service for East Lothian Council, as detailed in LOT 1 Service Specification.
Renewal: Option to extend the 3 year period (36 months) for a further two periods of up to (12 months) on each occasion.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000595751
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP365269
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- OJEU - F2 - 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
85 - Health and social work services
-
- CPV Codes
85100000 - Health services
85142100 - Physiotherapy services
85312320 - Counselling services
Notice Value(s)
- Tender Value
- £635,000 £500K-£1M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 3 Sep 20196 years ago
- Submission Deadline
- 7 Oct 2019Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 24 Nov 2019 - 24 Nov 2022 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- EAST LOTHIAN COUNCIL
- Contact Name
- Not specified
- Contact Email
- procurement@eastlothian.gov.uk
- Contact Phone
- +44 1620827754
Buyer Location
- Locality
- HADDINGTON, EAST LOTHIAN
- Postcode
- EH41 3HA
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM11 East Lothian and Midlothian
- Delivery Location
- TLM73 East Lothian and Midlothian
-
- Local Authority
- East Lothian
- Electoral Ward
- Haddington and Lammermuir
- Westminster Constituency
- Lothian East
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP365269
Occupational Health, Employee Counselling and Physiotherapy Services - The provision and management of an Occupational Health, Employee Counselling and Physiotherapy Services for East Lothian Council.
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-r6ebe6-0000595751-2019-09-03T00:00:00Z",
"date": "2019-09-03T00:00:00Z",
"ocid": "ocds-r6ebe6-0000595751",
"initiationType": "tender",
"parties": [
{
"id": "org-56",
"name": "East Lothian Council",
"identifier": {
"legalName": "East Lothian Council"
},
"address": {
"streetAddress": "John Muir House",
"locality": "Haddington, East Lothian",
"region": "UKM73",
"postalCode": "EH41 3HA"
},
"contactPoint": {
"email": "procurement@eastlothian.gov.uk",
"telephone": "+44 1620827754",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.eastlothian.gov.uk"
}
}
],
"buyer": {
"name": "East Lothian Council",
"id": "org-56"
},
"tender": {
"id": "ocds-r6ebe6-0000595751",
"title": "Occupational Health, Employee Counselling and Physiotherapy Services",
"description": "The provision and management of an Occupational Health, Employee Counselling and Physiotherapy Services for East Lothian Council.",
"status": "active",
"items": [
{
"id": "2",
"additionalClassifications": [
{
"id": "85312320",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "East Lothian Council geographical area."
},
"deliveryAddresses": [
{
"region": "UKM73"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"id": "85142100",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "East Lothian Council geographical area."
},
"deliveryAddresses": [
{
"region": "UKM73"
}
],
"relatedLot": "3"
},
{
"id": "1",
"additionalClassifications": [
{
"id": "85100000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "East Lothian"
},
"deliveryAddresses": [
{
"region": "UKM73"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 635000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2019-10-07T12:00:00Z"
},
"awardPeriod": {
"startDate": "2019-10-07T12:00:00Z"
},
"documents": [
{
"id": "SEP365269",
"documentType": "contractNotice",
"title": "Occupational Health, Employee Counselling and Physiotherapy Services",
"description": "The provision and management of an Occupational Health, Employee Counselling and Physiotherapy Services for East Lothian Council.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP365269",
"format": "text/html"
}
],
"lots": [
{
"id": "2",
"title": "Employee Counselling Service",
"description": "Lot 2 is for the provision and management of an Employee Counselling Service for East Lothian Council, as detailed in LOT 2 Service Specification.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"description": "45"
},
{
"type": "price",
"description": "55"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"startDate": "2019-11-24T00:00:00Z",
"endDate": "2022-11-24T00:00:00Z"
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend the initial 3 year period (36 months) for a further two periods of up to 12 months on each occasion."
}
},
{
"id": "3",
"title": "Physiotherapy Services",
"description": "Lot 3 is for the provision and management of a Physiotherapy Service for East Lothian Council, as detailed in Lot 3 Service Specification.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"description": "45"
},
{
"type": "price",
"description": "55"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"startDate": "2019-11-24T00:00:00Z",
"endDate": "2022-11-24T00:00:00Z"
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend the initial 3 year (36 months) period for a further two periods of up to 12 months on each occasion."
}
},
{
"id": "1",
"title": "Occupational Health Services",
"description": "Lot 1 is for the provision and management of an Occupational Health Service for East Lothian Council, as detailed in LOT 1 Service Specification.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"description": "45"
},
{
"type": "price",
"description": "55"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"startDate": "2019-11-24T00:00:00Z",
"endDate": "2022-11-24T00:00:00Z"
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend the 3 year period (36 months) for a further two periods of up to (12 months) on each occasion."
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 3
},
"bidOpening": {
"date": "2019-10-07T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"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) Regulations 2016. If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established."
},
{
"type": "economic",
"minimum": "The supporting evidence should consist of one of the following: a. A copy of your audited accounts or equivalent for the most recent 2 years (2 sets of signed, audited accounts), along with details of any significant changes since the last year end. or b. A statement of your organisation's turnover; profit and cash flow for the most recent full year of trading or where a full year trading has not been completed the same information for the period applicable. NOTE if this information is not available in an audited format please provide an end of period balance sheet or make the response specified in option (c) below. or c. If you are unable to provide the information requested above, please provide additional information and documentation that will give the Authority the assurance that you are capable of carrying out any subsequent awarded contract. For example, a statement of your organisation's cash flow forecast for the current year and a letter from your bank outlining the current cash and credit position or other alternative means of demonstrating financial standing. The financial information will be evaluated using the East Lothian Council financial health evaluation flowchart (available in the attachments section on PCS-Tenders). The financial information provided will require to meet the following criteria. The ratio of total assets to total liabilities (net assets) should be positive in 2 out of 3 years. The accounts should not show a loss in 2 consecutive years. The accounts should not show a loss in 1 year and negative net current assets in any 1 year. Where the information provided does not meet item (i) but there is an improving trend East Lothian Council may consider items (ii) and (iii) and will have discretion, with regard to the evidence provided and taking into account the level of risk to East Lothian Council, as to whether a bidder will pass this requirement. East Lothian Council may also request a parent company guarantee where this is appropriate. Insurances: The relevant insurance levels, as specified in the contract notice, are detailed below: Employer's (Compulsory) Liability Insurance = 10,000,000 GBP Public\\Product Liability Insurance = 5,000,000 GBP Professional Indemnity Insurance = 5,000,000 GBP Bidders should respond to this requirement in section 4B.5.1 and 4B.5.2 of the ESPD on PCS-Tenders."
},
{
"type": "technical",
"minimum": "Minimum level(s) of standards required: With reference to ESPD Question Reference 4C.1.2: Bidders will be required to provide 3 examples from last 3 years that demonstrate that they have the relevant experience and capacity to deliver the Contract. These examples will be for projects which are similar to East Lothian Council's requirements. The Council reserves the right to contract any or all of the companies provided in the previous examples to ascertain performance, the bidder should ensure that companies listed would be willing to discuss the Bidders performance with the Council. With reference to ESPD Question Reference 4C.6 and 4C.6.1: Staff are required to hold the following qualifications and or certificates (as applicable): Lot 1: Occupational Health The bidder will provide medical practitioners that have training, qualifications appropriate to the provision of an occupational health service and who can demonstrate ongoing professional development. Such qualifications would include: -Occupational Health Physicians- membership of the Faculty of Occupational Medicine -Occupational Nurse- registration with the Nursing and Midwifery Council as a specialist community public health nurse in occupational health or possession of an occupational health qualification at Certificate, Diploma or Degree Level -Occupational Therapist- approved occupational therapy qualification at Certificate, Diploma or Degree level and registration with the Health & Care Professions Council Lot 2: Employee Counselling Service All counsellors and support staff engaged by the bidder must be suitably qualified, operating to the professional standards of the British Association for Counselilng and Psychotherapy (BACP)and/or the UK employee Assistance Professionals' Association (UK EAPA). Lot 3: Physiotherapy The physiotherapy bidder will provide professional qualified Chartered Physiotherapists registered with the Chartered Society of Physiotherapy. Quality Management Procedures 1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), OR 2. The bidder must have the following: a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. b. Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder's quality management is effective in reducing/preventing incidents of sub-standard delivery, this must include the quality of output and general performance. c. A documented process demonstrating how the bidder deals with complaints. The bidder must be able to provide details of how their organisation maintains records of any complaints received and how corrective measures are carried out to prevent reoccurrence. Information Security Procedures The Council will request the supporting evidence\\certificates as part of the evaluation of the IT Technical Requirements evaluation. Bidders must hold an accredited independent third party certificate of compliance in accordance with ISO 27001 (or equivalent) for Information technology security management systems. Alternatively bidders must be able to provide evidence of documented procedures and policies regarding their information technology security techniques. Tenderers will be asked to provide copies of all appropriate security policies."
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"classification": {
"id": "85100000",
"scheme": "CPV"
},
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "Health and Safety Management Systems As per the contract notice bidders should respond to this requirement in section 4D.1 of the ESPD on PCS-Tenders. The following evidence should be uploaded to question 2.1.4 (Health and Safety) of the Technical Envelope in PCS-Tenders. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. OR, The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation. Note - Organisations with fewer than five employees are not required by law to have a documented policy statement. Only tenders that pass the following Compliance and Acceptance requirements of the ITT will proceed to the evaluation of quality and cost: Completion of ESPD, GDPR, Data Protection & Information Security, Systems and IT questionnaire requirements. The IT questionnaire requirements will be required for Lots 1 and 2 (OH and EAP). TUPE- The incoming bidder is responsible for obtaining legal and professional advice about relevant TUPE implications. Community benefits commitments will form part of the ITT. Delivery of committed community benefits will be monitored throughout the contract lifetime. The buyer is using PCS-Tender to conduct this ITT exercise. Code: itt_31823 https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 14354 . 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: As part of the Council's wider duties towards its citizens, the Council wishes to engage with suppliers, providers and contractors to deliver benefits to our young people, through work experience opportunities, training opportunities or links with schools as well as engaging in supply chain initiatives. The successful tenderer will be required to engage with East Lothian Council to discuss what Community Benefits can be sought from this contract. (SC Ref:595751)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000595751"
}
],
"noticetype": "OJEU - F2 - Contract Notice"
}