Deliver Primary Care Occupational Health Services Across London
NHS England is seeking to identify suitable providers of Occupational Health Services for the delivery of Schedule I primary care occupational health services across London.
United Kingdom-Leeds: Health services
2017/S 075-145351
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Quarry House, Quarry Hill
Leeds
LS2 7UE
United Kingdom
Contact person: Mr Ahsan Haji
Telephone: +44 2036884174
E-mail: Ahsan.Haji@nhs.net
NUTS code: UKI
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
RTL065P Primary Care Occupation Health Services — NHSE London.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
NHS England is seeking to identify suitable providers of Occupational Health Services for the delivery of Schedule I primary care occupational health services across London. This encompasses:
— Enhanced Occupational Health assessment for National Performers List (NPL) doctors and dentists.
— Virology testing, vaccinations for BBVs and immunisations for NPL practitioners.
— Urgent and longer term advice on exposure to potential Blood Borne Viruses for all staff working in Primary Care settings (Including trainees).
— Specialist management of those performers with Blood Borne Viruses.
It is essential for the OHS(s) to meet all of the Safe Effective Quality Occupational Health Service (SEQOHS) Standards or demonstrate that they are working towards accreditation and will be accredited within 1 year of the first day of service.
These service contracts are split into 3 Lots. All the estimated contract values quoted are for the full term of 5 years, unless explicitly stated.
II.1.5)Estimated total value
II.1.6)Information about lots
The contracting authority reserves the right to change the Lot boundary in order to provide sufficient coverage across all areas in London. Bidders are not limited in how many Lots they are able to bid for and consequently, multiple Lots may be awarded to 1 Bidder. The Contracting Authority will, however, award 1 contract for each of the Lots.
II.2.1)Title:
(North West London) — Hillingdon, Hounslow, Ealing, Brent, Harrow, Hammersmith and Fulham, Kensington, West London, Central London CCGs
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Please read this in conjunction with section II.1.4) of this notice.
The published financial envelope for this service has been calculated on the basis of estimated activity levels. For the avoidance of doubt, while sufficient effort has been made to accurately estimate the activity levels and contract values, the actual values might be higher or lower than the estimates. Bidders should review the tender documents for more information.
The Procurement process will be facilitated entirely online via the e-procurement portal (https://procontract.due-north.com). Interested Applicants must register on the portal, express an interest, and complete and submit the online questionnaires prior to the deadline. All clarification requests and correspondence pertaining to this ITT opportunity must be directed through the portal.
A timetable for the procurement, guidance re: process, and supplementary information relating to each contract opportunity is also available from the Portal.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Contract awarded as a result of this procurement will be 3 years (36 months) followed by an optional 2 year (24 month) extension period. Therefore the maximum contract duration, if extended, will be 5 years (60 months).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 2 (North Central and East London) — Waltham Forest, Redbridge, Barking and Dagenham, Havering, City and Hackney, Tower Hamlets, Newham, Enfield, Haringey, Barnet, Camden, Islington CCGs
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Please read this in conjunction with section II.1.4) of this notice.
The published financial envelope for this service has been calculated on the basis of estimated activity levels. For the avoidance of doubt, while sufficient effort has been made to accurately estimate the activity levels and contract values, the actual values might be higher or lower than the estimates. Bidders should review the tender documents for more information.
The Procurement process will be facilitated entirely online via the e-procurement portal (https://procontract.due-north.com). Interested Applicants must register on the portal, express an interest, and complete and submit the online questionnaires prior to the deadline. All clarification requests and correspondence pertaining to this ITT opportunity must be directed through the portal.
A timetable for the procurement, guidance re: process, and supplementary information relating to each contract opportunity is also available from the Portal.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Contract awarded as a result of this procurement will be 3 years (36 months) followed by an optional 2 year (24 month) extension period. Therefore the maximum contract duration, if extended, will be 5 years (60 months).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 3 (South London) — Bexley, Bromley, Greenwich, Lambeth, Lewisham, Southwark, Sutton, Merton, Croydon, Richmond, Kingston, Wandsworth CCGs
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Please read this in conjunction with section II.1.4) of this notice.
The published financial envelope for this service has been calculated on the basis of estimated activity levels. For the avoidance of doubt, while sufficient effort has been made to accurately estimate the activity levels and contract values, the actual values might be higher or lower than the estimates. Bidders should review the tender documents for more information.
The Procurement process will be facilitated entirely online via the e-procurement portal (https://procontract.due-north.com). Interested Applicants must register on the portal, express an interest, and complete and submit the online questionnaires prior to the deadline. All clarification requests and correspondence pertaining to this ITT opportunity must be directed through the portal.
A timetable for the procurement, guidance re: process, and supplementary information relating to each contract opportunity is also available from the Portal.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Contract awarded as a result of this procurement will be 3 years (36 months) followed by an optional 2 year (24 month) extension period. Therefore the maximum contract duration, if extended, will be 5 years (60 months).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
Skipton House, 80 London Road
London
SE1 6LH
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Occupational Health Services Contract East of England
Provide Occupational Health Services to Associated British Port
South Gloucestershire Council Occupational Health Services Contract
Harrow Council Occupational Clothing and Workwear Tender
Tender for Force Medical Advisors and Occupational Health Services