Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Big Lottery Fund
1 Plough Place
For the attention of: Punim Anda
EC4A 1DE London
UNITED KINGDOM
Telephone: +44 2072113736
E-mail: punim.anda@biglotteryfund.org.uk
Internet address(es):
General address of the contracting authority: http://www.biglotteryfund.org.uk/
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Other: Grant awarding body
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Employee Healthcare Plan.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 25: Health and social services
Main site or location of works, place of delivery or of performance: UK wide.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The Big Lottery Fund (the Fund) is tendering for a provider of a cost effective Employee Health Care Scheme. The Fund currently has approximately one thousand staff for which a range of health benefits must be provided to cover the cost of healthcare. This must include dental and optical care.
The Fund will pay for a standard level of cover for each employee but the service provider should offer employees additional options in terms of levels of cover. The options should include cover for partners and/or children. Employees should then be able to choose the level of cover that suits them.
Further details about the requirements can be found in the tender documents, which can be downloaded from
http://www.biglotteryfund.org.uk/about-big/tender-opportunities
II.1.6)Common procurement vocabulary (CPV)
85147000, 85100000, 85130000, 85160000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The estimated value of contract over three years is GBP 720 000 (GBP 240 000 annually) based on one thousand employees. The Fund reserves the right to extend the initial term and instruct the successful contractor to provide additional similar services for further periods of 12 months of up to 2 years. The potential value of this contract if the option to extend is taken up by the Fund is GBP 1,2m. All costs listed are inclusive of VAT.
Estimated value excluding VAT:
Range: between 600 000 and 1 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Parent Company Guarantees and other security may be required in respect of some or all of the service provider’s obligations.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payments will be made in accordance with the conditions of contract.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability. Should the successful tenderer be a consortium of organisations, the Contracting Authority reserves the right to require a successful consortium to form a single entity. The Contracting Authority will require the lead partner to be responsible for completing the contract on behalf of the consortium and enter into a contract with the Contracting Authority. Other consortium members will be required to enter into back to back subcontracts with consortium members.
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: 1) Bidders must confirm if the circumstances as set out in parts 4 and 5 of Regulation 23 of the Public Contracts Regulations 2006 (as amended) apply. Bidders will fail if any of the circumstances apply and will be excluded from the procurement process.
2) Bidders must demonstrate they have appropriate policies in place to comply with employment legislation. Where an organisation does not demonstrate this in its responses it will be excluded from further consideration in the procurement process.
3) Bidders must demonstrate within their PQQ responses they have robust Health and Safety policy and procedures within their organisation. Where an organisation does not demonstrate this in its responses it will be excluded from further consideration in the procurement process.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: (1) Bidders are required to have adequate financial standing to perform the services without putting the Authority at risk. The financial ability of bidders will be assessed before their tender is evaluated as follows:
In order for us to carry out this assessment please provide copies of your last 2 year’s audited accounts and annual reports to include:
— Balance Sheet
— Profit and Loss Account and Cost of Sales
— Full notes to the accounts
— Director’s report/auditor’s report
If you are unable to submit the information requested above because your organisation is below the threshold for which audited accounts are required, please submit the following documents instead:
— Balance Sheet
— Profit and Loss Statement
Failure to achieve this minimum requirement and pass the financial assessment shall result in the bidder being excluded from further participation in the tender competition.
2) Minimum levels of insurance required: Bidders must have Professional Risk Indemnity Insurance, Public Liability insurance and Employer’s Liability insurance of at least GBP 5million or provide evidence that they will be in a position to obtain this level of insurance. Failure to confirm this insurance is in place or produce evidence that it is obtainable will result in the bidder being excluded from further participation in the tender competition.
III.2.3)Technical capacity
Minimum level(s) of standards possibly required:
As a minimum, bidders must provide evidence of 3 years’ experience of successfully carrying out services of a similar scale, value and complexity to those that may be provided under this contract.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
Objective criteria for choosing the limited number of candidates: By application of the criteria in the PQQ
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
BIG001-0410
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
16.12.2013 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
The High Court, The Royal Courts of Justice
WC4A 2LL London
Telephone: +44 207946000
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
14.11.2013