Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Tayside Procurement Consortium
Fairmuir Depot, 365 Clepington Road
Dundee
DD8 3DZ
UK
Person cyswllt: Julie Thompson (Commodity Manager)
Ffôn: +44 1382834072
E-bost: julie.thompson@dundeecity.gov.uk
NUTS: UKM7
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.taysideprocurement.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12382
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Mae mynediad at y dogfennau caffael yn gyfyngedig. Gellir cael rhagor o wybodaeth yn:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Provision of Occupational Health and Well-being Services
Cyfeirnod: TPC/OCCHEALTH/19/06
II.1.2) Prif god CPV
85147000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
The Tayside Councils (and their arms-length organisations and Tay Road Bridge) and Perth College wish the secure occupational health service and wish to contract with a provider under a single-provider framework..
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 2 775 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
85147000
II.2.3) Man cyflawni
Cod NUTS:
UKM7
Prif safle neu fan cyflawni:
Across Tayside.
II.2.4) Disgrifiad o’r caffaeliad
This is a procurement project which will secure the services of an occupational health provider, for the 3 Tayside Councils (Angus Council, Dundee City Council and Perth and Kinross Council) and Tayside contracts. Other arms-length organisations (eg Tay Road Bridge, Leisure and Culture Dundee and Angus Alive), and other partner organisations (eg Perth College) will be able to utilise the services via the resultant procurement.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Service sustainability (the Tayside requirements)/governance arrangements
/ Pwysoliad: 10.5
Maes prawf ansawdd: Service provision general
/ Pwysoliad: 10.5
Maes prawf ansawdd: Partnership working
/ Pwysoliad: 7
Maes prawf ansawdd: Contract implementation and monitoring
/ Pwysoliad: 10.5
Maes prawf ansawdd: Performance management
/ Pwysoliad: 10.5
Maes prawf ansawdd: Admin and technology
/ Pwysoliad: 7
Maes prawf ansawdd: Quality of case reports
/ Pwysoliad: 10.5
Maes prawf ansawdd: Community benefits
/ Pwysoliad: 3.5
Price
/ Pwysoliad:
30
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Dechrau:
06/01/2020
Diwedd:
05/01/2023
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
12 months + 12 months (total potential period of 5 years).
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
The PCST project number is 13258.
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
Bidder will be required to provide such details:
1) The bidder is enrolled in the relevant professional or trade registers kept in the Member State of its establishment (as described in Schedule 5 of the Public contracts (Scotland) Regulations 2015):
Eg. in the UK......the economic operator may be requested to provide a certification from the registrar stating that he is certified as incorporate or registered or, where he is not so certified, a certificate stating that the person concerned has declared an oath that he is engaged in the profession in a specific place under a given business name]. Bidders should refer to Schedule 5 of the Public Contracts (Scotland) Regulations 2015) and where applicable, provide details of equivalent registration.
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Bidders will be required to state the value(s) for the financial measurements detailed below.
4B.6/4B.6.1
To provide us with the confidence that the provider can deliver the requirements of the contract, the following financial indicators will be used based on your last 2 years audited accounts:
Tenderers will be required to provide/state the value(s) for the following financial ratio(s):
— net profit for both financial years; if there has been a loss in any one year the tenderer must provide an explanation of the specific circumstances leading to the loss,
— current ratio equal to or greater than one in both financial years. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract,
— positive gearing ratio for both financial years. i.e. an excess of shareholders funds/partners' capital accounts/owners equity over loan finance in both of the financial years. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract,
— positive shareholders funds/positive partners’ capital accounts/positive owners equity (whichever is applicable to the type of business) in both of the financial years,
— unqualified audit report (if an audit is required).
The main/prime contractor is responsible for ensuring the suitability of sub-contractors, including financial standing, for the proposed services.
Where a tenderer does not meet these requirements further details should be provided to confirm why, and TPC may undertake additional financial checks and a qualitative judgement shall be made as to the financial capacity of the tenderer.
Parent company guarantee — with reference to the economic and financial standing criteria above, the purchaser reserves the right in its sole discretion to waive these minimum requirements in the case of bidders who are able to offer the purchaser adequate substitute surety to our entire satisfaction. By way of example only (but without limitation), adequate substitute surety may be an unqualified guarantee for the performance of the bidder’s entire obligations under the contract to follow on this process by a parent or associated company established in the UK and which parent or associated company does meet the minimum requirements set out in these criteria.
The parent company will be required to satisfy the same criteria detailed above.
Lefel(au) gofynnol y safonau sydd eu hangen:
Employer's liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10 000 000 GBP in respect of each claim, without limit to the number of claims.
Public liability insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5 000 000 GBP in respect of each claim, without limit to the number of claims.
Professional indemnity/medical malpractice insurance covering the failure of the bidder to use the skill and care normally used by professionals providing the services described in this tender to the level of 5 000 000 GBP in respect of each claim, without limit to the number of claims.
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Occupational health clinicians, physiotherapists and counsellors each have to be qualified to a particular standard — as set out in the tender documents. (See TPC1906 specification of requirements which is located in the attachments area of PCST).
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.1) Gwybodaeth am broffesiwn penodol
PDim ond proffesiwn penodol all gymryd rhan : Ydy
Cyfeiriad at y ddeddf, rheoliad neu ddarpariaeth weinyddol berthnasol:
Occupational health clinicians, physiotherapists and counsellors each have to be qualified to a particular standard and registered with their appropriate body.
Set out in the specification of requirement (TPC1906 specification of requirement).
III.2.2) Amodau perfformiad contractau
Service coverage is 50 weeks per year with access to emergency counselling services for the remaining 2 weeks of the year.
In the provision of all services, a digital platform is required to ensure a streamlined approach, where managers are kept up to date at all times with the progress of their request.
— the provider shall ensure that online portal is available fifty (50) weeks a year, Monday to Friday 08.00 to 18.00, excluding public and bank holidays (Council specific), except for agreed downtime and maintenance which will be agreed with the contracting authorities at least seventy two (72) hours in advance of such work being carried.
III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract
Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
Mae'r broses gaffael yn golygu sefydlu cytundeb fframwaith gydag un gweithredwr.
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2019/S 097-234629
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
01/10/2019
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Rhaid i’r tendr fod yn ddilys tan:
30/01/2020
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
01/10/2019
Amser lleol: 13:00
Place:
PCST Postbox.
Gwybodaeth am bersonau awdurdodedig a'r weithdrefn agor:
Commodity Manager, Tayside Procurement Consortium.
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:
August 2025.
VI.2) Gwybodaeth am lifau gwaith electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
Bidder exclusion:
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.
Sub-contracting:
The tenderer must ensure that a separate ESPD response (Sections A and B of Part III) for any proposed sub-contractor.
Community benefits:
There are requirements set, detailed within the 'TPC Specification of Requirement' document which is located within the attachments area of PCST.
E-Procurement:
The successful framework provider will require to adapt to the purchasers' requirements (electronic ordering/invoices and payment).
The buyer is using PCS-Tender to conduct this tender exercise. The project code is 13258.
Tender evaluation:
The tender evaluation methodology detailing the criteria and weightings can be found in the ‘TPC1906 Evaluation Guidance and Appendices’ documents within the Attachments Area of PCST.
The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 13258. 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:
Awareness raising:
The provider shall undertake ‘Health Improvement Opportunities/Awareness Raising Events’ involved in the delivery of the contract as a minimum to the extent specified:
Specified — 5 per annum (15 total + 5 + 5 over 5 year period).
(Bidders are permitted to count ‘work experience placements’ or ‘employment opportunities for new starts’ (which may include apprentices) within the ‘Awareness Raising’ target of 5).
Awareness raising/health improvement activity can include but is not limited to the provision of health checks and/ or health improvement activity in partnership with Health Working Lives Tayside or other relevant partners. This provision can include support to small to medium employers or individuals who would not traditionally access Health Improvement support.
awareness raising activity may include but is not limited to delivery of:
The provision of health improvement activity to groups unlikely to seek medical advice i.e. men in traditional industries including construction, fishing or farming or disadvantaged clients including the unemployed or those on low incomes. Activity can include but is not limited to the provision of health checks and health improvement advice including, postural advice, substance misuse, stress and wellbeing awareness and nutrition and exercise advice.
Activities are to be delivered Tayside wide with efforts made to deliver at least one activity in each Council area per annum.
(SC Ref:595455).
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Tayside Procurement Consortium
Fairmuir Depot, 365 Clepington Road
Dundee
DD8 3DZ
UK
Ffôn: +44 1382834072
E-bost: tayside.procurement@dundeecity.gov.uk
Cyfeiriad(au) rhyngrwyd
URL: http://www.taysideprocurement.gov.uk
VI.5) Dyddiad anfon yr hysbysiad hwn
23/08/2019