Tender

Provision of Occupational Health - New College Lanarkshire

NEW COLLEGE LANARKSHIRE

This public procurement record has 1 release in its history.

Tender

13 Feb 2026 at 00:00

Summary of the contracting process

New College Lanarkshire is inviting tenders for the provision of Occupational Health and Health Surveillance services, with the objective of ensuring staff wellbeing through professional advice, fitness for work assessments, and health monitoring. This open procedure tender, identified by the code NCL-26-001, falls under the services category and is part of the education sector. The procurement process is currently in the tender stage, with submissions to be made electronically by 16 March 2026, 14:00 GMT. The service delivery will be based at New College Lanarkshire's Motherwell Campus, located in UKM84. The estimated contract value is £360,000, and the contract will initially run for 720 days with potential extensions of up to two additional years.

This tender presents a significant opportunity for businesses specialising in occupational health services and health surveillance considering the scope and length of the contract. Enterprises that have experience in providing comprehensive occupational health support, including management referrals and health promotion, would be well-positioned to compete. Businesses should be prepared to demonstrate their technical capabilities and economic standing, with two years of audited accounts and insurance certifications required. This procurement opens up avenues for businesses to engage with an established educational institution, thus providing potential for growth through long-term collaboration and expansion of market presence 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 - New College Lanarkshire

Notice Description

The authority requires a supplier to deliver Occupational Health and Health Surveillance services, including fitness for work assessments, health monitoring, and professional advice to support staff wellbeing.

Lot Information

Lot 1

The Contractor will provide staff at New College Lanarkshire (NCL) with Occupational Health (OH) and Health Surveillance (HS) services based on assessed need at any point during the academic year, which commences in August and finishes in July. The Contractor will be able to provide Occupational Health Services in the following areas: -Health Surveillance Service Requirements - Management Referral - Health Promotion - Additional Service Requirements The Contractor will ensure Client engagement and service delivery in line with contract expectations.. 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 2015.

Renewal: The authority reserves the right to extend this contract for a period of 2 x 12 month extensions

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000823580
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB549514
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

75 - Administration, defence and social security services


CPV Codes

75122000 - Administrative healthcare services

Notice Value(s)

Tender Value
£360,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
13 Feb 20261 weeks ago
Submission Deadline
16 Mar 20263 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
NEW COLLEGE LANARKSHIRE
Contact Name
Not specified
Contact Email
procurement@nclan.ac.uk
Contact Phone
+44 3005558080

Buyer Location

Locality
MOTHERWELL
Postcode
ML1 2TX
Post Town
Motherwell
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM34 North Lanarkshire
Delivery Location
TLM84 North Lanarkshire

Local Authority
North Lanarkshire
Electoral Ward
Motherwell South East and Ravenscraig
Westminster Constituency
Motherwell, Wishaw and Carluke

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-r6ebe6-0000823580-2026-02-13T00:00:00Z",
    "date": "2026-02-13T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000823580",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-36",
            "name": "New College Lanarkshire",
            "identifier": {
                "legalName": "New College Lanarkshire"
            },
            "address": {
                "streetAddress": "1 Enterprise Way, Motherwell Campus",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 2TX"
            },
            "contactPoint": {
                "email": "procurement@nclan.ac.uk",
                "telephone": "+44 3005558080",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Education",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.nclanarkshire.ac.uk"
            }
        },
        {
            "id": "org-37",
            "name": "Hamilton Sheriff Court",
            "identifier": {
                "legalName": "Hamilton Sheriff Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, 4 Beckford Street",
                "locality": "Hamilton",
                "postalCode": "ML3 0BT"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "New College Lanarkshire",
        "id": "org-36"
    },
    "tender": {
        "id": "NCL-26-001",
        "title": "Provision of Occupational Health - New College Lanarkshire",
        "description": "The authority requires a supplier to deliver Occupational Health and Health Surveillance services, including fitness for work assessments, health monitoring, and professional advice to support staff wellbeing.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "75122000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 360000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2026-03-16T14:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2026-03-16T14:30:00Z"
        },
        "documents": [
            {
                "id": "FEB549514",
                "documentType": "contractNotice",
                "title": "Provision of Occupational Health - New College Lanarkshire",
                "description": "The authority requires a supplier to deliver Occupational Health and Health Surveillance services, including fitness for work assessments, health monitoring, and professional advice to support staff wellbeing.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB549514",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The Contractor will provide staff at New College Lanarkshire (NCL) with Occupational Health (OH) and Health Surveillance (HS) services based on assessed need at any point during the academic year, which commences in August and finishes in July. The Contractor will be able to provide Occupational Health Services in the following areas: -Health Surveillance Service Requirements - Management Referral - Health Promotion - Additional Service Requirements The Contractor will ensure Client engagement and service delivery in line with contract expectations.. 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 2015.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The authority reserves the right to extend this contract for a period of 2 x 12 month extensions"
                }
            }
        ],
        "bidOpening": {
            "date": "2026-03-16T14:30:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Not Applicable"
                },
                {
                    "type": "economic",
                    "description": "Question 4B.6 of the SPD. Please complete the questions on financial accounts and supporting information. Successful Tenderer's will be required to provide two years of audited accounts or equivalent prior to award to the Agreement. This information will be used to assess the Tenderers economic and financial standing and is deemed a minimum standard and is mandatory. A fail will result in elimination from the procurement exercise.",
                    "minimum": "Please refer to question 4B.5 of the SPD Tenders must confirm they can provide the following support evidence prior to award Question 4B.5.1b Employers Liability Insurance - 5,000,000 GBP Professional Liability Insurance - 5,000,0000 GBP Public Liability Insurance - 5,000,000 GBP Pass = The Tenderer has the relevant Insurance in place with evidence of an Insurance Certificate or the Tenderer has committed to obtaining the required insurance with evidence of a brokers letter. Fail = The Tenderer does not have the relevant insurance requirements in place and cannot commit to obtaining the relevant insurance OR the Tenderer has stated they have the relevant insurance in place or can obtain it but is unable to provide evidence to demonstrate this. Please refer to question 4B.6 To demonstrate and evidence suitable economic standing, successful Contractors will be required to provide 2 years audited accounts or equivalent if awarded the contract Please refer to question 4B.6 of the SPD Successful Tenderer's will be required to provide two years of audited accounts or equivalent prior to award to the Agreement. This information will be used to assess the Tenderers economic and financial standing and is deemed a minimum standard and is mandatory. A fail will result in elimination from the procurement exercise Question 4B.6 Pass = The Tenderer has provided all financial accounts and supporting information requirements outlined in PCS-Tender and has demonstrated satisfactory economic and financial standing. Fail = The Tenderer has not provided the required financial accounts and supporting information or has provided the information but has not demonstrated satisfactory economic and financial standing"
                },
                {
                    "type": "technical",
                    "description": "Question 4C.1.2 Bidders are required to provide 2 examples in the last 3 years to demonstrate that they have relevant experience to deliver the services as described. Question 4C.4 Please provide a statement of the relevant supply chain management and/or tracking systems use as requested below: Tenderers must confirm prior to award that they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have systems in place to pay contractors through the supply chain promptly and effectively and provide evidence when requested of: a) their standard payment terms b) > or equal to 95% of all supply chain invoices being paid on time (in accordance with the terms of the contract) in the last financial year. If the tenderer is unable to confirm (b) they must provide an improvement plan signed by their director which improves payment performance. Please confirm on PCS-T that you can meet this requirement and this information shall be provided when requested, prior to award. Question 4C.6 of the SPD It is a minimum requirement that any nurse delivering the occupational health service under this contract is registered with the Nursing and Midwifery Council(NMC). Question 4C.10 Please provide details of the proportion (i.e., percentage) of the contract that you intend to sub-contract. Tenderers are required to confirm whether they intend to sub-contract or not and, if so, for what proportion of the contract. This information must be provided on PCS-T with your tender submission as an attachment.",
                    "minimum": "Question 4C.1.2 Pass = The Tenderer provided 2 examples of relevant experience in the last three years. Fail = The Tenderer has not provided 2 examples of relevant experience in the last three years or the Tenderer has responded to the request but the examples provided are not relevant. Question 4C.4 Pass = Tenderer has confirmed that they have access to the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain and will be in a position to provide evidence when requested of a) their standard payment terms and b) > or equal to 95% of all supply chain invoices being paid on time (in accordance with the terms of the contract) in the last financial year. If unable to confirm, an improvement plan signed by their director which improves payment performance is provided. Fail = Tenderer has been unable to confirm a) above and has not provided b) above, when requested. Question 4C.6 of the SPD Pass = The Tenderer has provided that staff have the relevant qualifications Fail = The Tenderer has not provided that any staff have the required qualifications Question 4C.10 Pass = Tenderer has confirmed whether it intends to subcontract or not and if so, details of proportion of contract sub-contracted are provided. Fail = Tenderer has failed to answer the question."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "classification": {
            "id": "75122000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "Please complete \"Appendix A - Form of Tender and submit with the tender. Tenderers must complete the Form of Tender. It is for information only and will not be scored but it is a mandatory requirement of this tender. Freedom of Information Please complete \"Appendix B - Freedom of Information\" if applicable and submit with the tender. This information must only be submitted if applicable. It is for information only and will not be scored. Sustain Supply Chain Code of Conduct Please complete \"Appendix D - Sustain Supply Chain Code of Conduct\" and submit with the tender. Tenderers must complete the Sustain Supply Chain Code of Conduct. It is for information only and will not be scored but is a requirement of this tender. General Data Protection Regulation (GDPR) Please complete \"Appendix F - GDPR Contractor Assessment Form\" and submit with the tender. Tenderers must complete the GDPR Contractor Assessment Form. It is for information only and will not be scored but is a requirement of this tender and will be included in the contractual terms. Serious Organised Crime Please complete \"Appendix G - Declaration of Non-Involvement in Serious Organised Crime\" and submit with the tender. Tenderers must complete the Declaration of Non-Involvement in Serious Organised Crime. It is for information only and will not be scored but is a requirement of this tender and will be included in the contractual terms. Human Trafficking & Labour Exploitation Please complete \"Appendix H - Declaration of Non-Involvement in Human Trafficking & Labour Exploitation\" and submit with the tender. Tenderers must complete the Declaration of Non-Involvement in Human Trafficking & labour Exploitation. It is for information only and will not be scored but is a requirement of this tender and will be included in the contractual terms. SCM RP: Section 1 SCM RP: Section 1 is the Authority's designated tool for contracted suppliers to keep up-to-date essential information on their company, which allows the Authority to get an insight into their company's general standing, commitment to preventing modern slavery and addressing climate change, as well as their pledge to fair and decent working practices for their staff. SCM RP Section 1 - of the Supply Chain Management Tool asks questions in four areas: - Company Data - Ethical Supply Chain - Environmental Impact & Carbon Reduction - Fair and Decent Working Practices Tenderers must confirm that they will commit to completing SCM RP: Section 1 on award. This must be completed within the first three months of the commencement of the Contract, and it is the responsibility of the Contractor(s) to keep up-to-date information on the portal at all times, including managing the expiry of key documents such as Modern Slavery Statements. This must be completed within the first three months of the commencement of the Contract, and the information must be kept up to date on an ongoing basis. Tenderers must confirm that they shall complete SCM RP: Section 1. It is for information only and will not be scored but is a requirement of this tender and will be included in the contractual terms The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 62845. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:823580)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000823580"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}