Tender

Provision of Occupational Health and Health Surveillance Services

CITY OF GLASGOW COLLEGE

This public procurement record has 1 release in its history.

Tender

07 Feb 2022 at 00:00

Summary of the contracting process

The City of Glasgow College is currently conducting a tender process for the "Provision of Occupational Health and Health Surveillance Services." This procurement falls under the education sector and is located in Glasgow, UK. The tender is in the open method phase, with submissions due by 14th March 2022. This procurement exercise is divided into two lots: Lot 1 focuses on Health Surveillance (including the option for physiotherapy), while Lot 2 pertains to Occupational Health Services excluding Health Surveillance. Interested suppliers should make electronic submissions via the designated portal as specified by the College.

This tender presents a valuable opportunity for businesses specialising in occupational health and related services. Companies with expertise in health surveillance, physiotherapy, and workplace wellness programmes would be particularly well-suited to compete. The successful contractor will not only provide essential services to the College but also has the potential to contribute to community benefits, such as training opportunities and apprenticeships, ultimately fostering growth and enhancing their reputation within the public sector.

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

Provision of Occupational Health and Health Surveillance Services

Notice Description

The purpose of this procurement exercise is to appoint a suitably qualified and competent Contractors for the provision of Occupational Health related services for Staff. The Occupational Health Services shall be divided into 2 lots which are Lot 1 - Health Surveillance (including the option of physiotherapy) and Lot 2 - Occupational Health Services excluding Health Surveillance.

Lot Information

Health Surveillance (including the option of physiotherapy)

The purpose of this procurement exercise is to appoint a suitably qualified and competent Contractors for the provision of Occupational Health related services for Staff - Lot 1 - Health Surveillance (including the option of physiotherapy)

Renewal: This contract will be awarded for an initial 2 years with the option to extend for 48 months. After which the tender will be relet.

Occupational Health Services

The purpose of this procurement exercise is to appoint a suitably qualified and competent Contractors for the provision of Occupational Health related services for Staff. - Lot 2 - Occupational Health Services excluding Health Surveillance.

Renewal: This contract will be awarded for an initial 2 years with the option to extend for 48 months. After which the tender will be relet.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000682372
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB439938
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

71 - Architectural, construction, engineering and inspection services


CPV Codes

71317200 - Health and safety 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 Feb 20224 years ago
Submission Deadline
14 Mar 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
24-48 months

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
CITY OF GLASGOW COLLEGE
Contact Name
Not specified
Contact Email
deborah.fagan@cityofglasgowcollege.ac.uk
Contact Phone
+44 1413755316

Buyer Location

Locality
GLASGOW
Postcode
G4 0RF
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
Anderston/City/Yorkhill
Westminster Constituency
Glasgow North East

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB439938
    Provision of Occupational Health and Health Surveillance Services - The purpose of this procurement exercise is to appoint a suitably qualified and competent Contractors for the provision of Occupational Health related services for Staff. The Occupational Health Services shall be divided into 2 lots which are Lot 1 - Health Surveillance (including the option of physiotherapy) and Lot 2 - Occupational Health Services excluding Health Surveillance.

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-r6ebe6-0000682372-2022-02-07T00:00:00Z",
    "date": "2022-02-07T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000682372",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-158",
            "name": "City of Glasgow College",
            "identifier": {
                "legalName": "City of Glasgow College"
            },
            "address": {
                "streetAddress": "190 Cathedral Street",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G4 0RF"
            },
            "contactPoint": {
                "email": "deborah.fagan@cityofglasgowcollege.ac.uk",
                "telephone": "+44 1413755316",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.cityofglasgowcollege.ac.uk/"
            }
        },
        {
            "id": "org-12",
            "name": "Glasgow Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "Sheriff Clerk's Office, PO Box 23, 1 Carlton Place,",
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "telephone": "+44 1414298888",
                "url": "https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "City of Glasgow College",
        "id": "org-158"
    },
    "tender": {
        "id": "CS/CoGC/21/38",
        "title": "Provision of Occupational Health and Health Surveillance Services",
        "description": "The purpose of this procurement exercise is to appoint a suitably qualified and competent Contractors for the provision of Occupational Health related services for Staff. The Occupational Health Services shall be divided into 2 lots which are Lot 1 - Health Surveillance (including the option of physiotherapy) and Lot 2 - Occupational Health Services excluding Health Surveillance.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "71317200",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "190 Cathedral Street, Glasgow, G4 0RF"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "71317200",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Providers site"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "tenderPeriod": {
            "endDate": "2022-03-14T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2022-03-14T12:00:00Z"
        },
        "documents": [
            {
                "id": "FEB439938",
                "documentType": "contractNotice",
                "title": "Provision of Occupational Health and Health Surveillance Services",
                "description": "The purpose of this procurement exercise is to appoint a suitably qualified and competent Contractors for the provision of Occupational Health related services for Staff. The Occupational Health Services shall be divided into 2 lots which are Lot 1 - Health Surveillance (including the option of physiotherapy) and Lot 2 - Occupational Health Services excluding Health Surveillance.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB439938",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "title": "Health Surveillance (including the option of physiotherapy)",
                "description": "The purpose of this procurement exercise is to appoint a suitably qualified and competent Contractors for the provision of Occupational Health related services for Staff - Lot 1 - Health Surveillance (including the option of physiotherapy)",
                "status": "active",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "This contract will be awarded for an initial 2 years with the option to extend for 48 months. After which the tender will be relet."
                }
            },
            {
                "id": "2",
                "title": "Occupational Health Services",
                "description": "The purpose of this procurement exercise is to appoint a suitably qualified and competent Contractors for the provision of Occupational Health related services for Staff. - Lot 2 - Occupational Health Services excluding Health Surveillance.",
                "status": "active",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "This contract will be awarded for an initial 2 years with the option to extend for 48 months. After which the tender will be relet."
                }
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2147483647
        },
        "bidOpening": {
            "date": "2022-03-14T12:00:00Z"
        },
        "communication": {
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Please refer to Part 4 B Economic and Financial Standing of the SPD The College will use the following ratios to evaluate a bidder's financial status. Bidders must confirm within their response to the relevant question within the 'Qualification envelope' that as a minimum, 2 out of the 3 ratios can be met and what the value of each ratio is. The 3 ratios to be evaluated are: Profitability - this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio; Liquidity - this is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to 'one' then it is a pass for this ratio; Gearing - this is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio. Where 2 out of the 3 ratios cannot be met, the College may take the undernoted into consideration when assessing financial viability and the risk to the College, providing that the Bidder can supply evidence to substantiate any of the mitigating criteria. This list is not exhaustive and other criteria may be considered where proposed by a bidder as mitigating factors: Would the bidder have passed the checks if prior year accounts had been used? Were any of the poor appraisal outcomes 'marginal'? Does the bidder operate in a market which, traditionally, requires lower liquidity or higher debt finance? Does the bidder have sufficient reserves to sustain losses for a number of years? Does the bidder have a healthy cash-flow? Is the bidder profitable enough to finance the interest on its debt? Is most of the bidder's debt owed to group companies? Is the bidder's debt due to be repaid over a number of years, and affordable? Have the bidder's results been adversely affected by 'one off costs' and / or 'one off accounting treatments'? Do the bidder's auditors (where applicable) consider it to be a 'going concern'? Will the bidder provide a Parent Company Guarantee? Is the bidder the single supplier/source of the Goods/Works/Services in the marketplace? The College will obtain an Equifax Report or similar financial verification systems to validate the information provided. Please refer to Part 4 B Bidders must confirm they can provide the following supporting evidence prior to award: Employer's (Compulsory) Liability Insurance = 5,000,000 GBP Public Liability Insurance = 5,000,000 GBP Professional Liability Insurance = 2,000,000 GBP"
                },
                {
                    "type": "technical",
                    "description": "Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications: PVG Membership Bidders will be required to confirm that their managerial staff have the following relevant educational and professional qualifications: PVG Membership Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "classification": {
            "id": "71317200",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "24-48 months"
        }
    },
    "language": "EN",
    "description": "Bidders 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 2015. Declarations and Certificates: In an open tendering procedure prior to any award being made the successful bidder must provide the undernoted certificates, declarations and/or completed questionnaires to evidence their compliance with the relevant questions within the Qualification Questionnaire. All certificates, declarations and questionnaires can be found within the Attachment area of PCS-T. Appendix A - Form of Tender; Appendix B - Freedom of Information; Appendix C - SUSTAIN Supply Chain Code of Conduct; Appendix E - PECOS Supplier Adoption Form; Appendix G - GDPR Assurance Assessment; Appendix J - PVG Act Declaration; Appendix O - Declaration of Non Involvement of Human Trafficking; Appendix P - Declaration of Non Involvement of Serious Organised Crime; Appendix N - Conflict of Interest Declaration. In the case of an open tender this information will not be required to be uploaded and submitted with the bid, but will instead be requested by the College following the conclusion of the evaluation of the Qualification, Technical and Commercial Questionnaires and prior to the award of the tender. Failure to provide this information or in the event that the information provided does not support or evidence the statements made within the Qualification Questionnaire, will invalidate any bid. In this scenario the College will seek to obtain the relevant information and evidence from the second highest scoring bidder and so on, and upon verification will award the contract to this bidder instead. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is Project_20663. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 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: The Contractor will work with the College to deliver Community Benefits or social value where they are identifiable throughout the term of the Contract. Examples of Community Benefits or social value are providing training opportunities to staff and students, apprenticeships and investment in the local community. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20663. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:682372)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000682372"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Notice"
}