Nationwide Occupational Health Tender
ESPO is seeking to establish a national framework for the provision of a comprehensive range of occupational health services that allow employers to meet their statutory duties for the health, safety and welfare of their employees in their working environment.
United Kingdom-Leicester: Company health services
2014/S 201-355007
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
ESPO
Barnsdale Way, Grove Park, Enderby
For the attention of: Kate Richardson
LE19 1ES Leicester
UNITED KINGDOM
Telephone: +44 1162944075
E-mail: tenders@espo.org
Further information can be obtained from: ESPO
In order to express an interest in tendering for this opportunity and obtaining tender documents and/or requesting any further information, please see details below and please ensure you refer to instructions and guidance available: a) Go to www.eastmidstenders.org, b) If you are not already registered) Register your company by selecting the ‘Register’ box on the top of the home page, c) Once registered visit the home page and search for the tender 985_15 Occupational Health Services by selecting ‘View Opportunities’, d) Express an interest by selecting the ‘Register Interest’ box at the bottom of the screen. You should receive a notification email confirming your expression of interest, e) Once fully registered, you should download the tender from the website, f) If you have any query regarding the content or require further information, please use the discussion tools provided within the website. If you experience any problems with registration or expression of interest, please refer any queries on Portal operation to support@due-north.com or telephone +44 1670597136.
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: ESPO
See Above: Further information
Tenders or requests to participate must be sent to: ESPO
See above: Further information
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 25: Health and social services
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Duration of the framework agreement
Duration in years: 2
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 6 000 000 and 100 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
To enable SMEs and local providers to bid, the framework will be divided into the following lots, based upon geographical regions within the UK:
— Lot 1 North East;
— Lot 2 North West;
— Lot 3 Yorkshire and Humber;
— Lot 4 East Midlands;
— Lot 5 West Midlands;
— Lot 6 East of England;
— Lot 7 London;
— Lot 8 South East;
— Lot 9 South West;
— Lot 10 Scotland;
— Lot 11 Wales;
— Lot 12 Northern Ireland.
The number of suppliers offered a place on the framework will depend in part upon the number and nature of bids received, but the objective will be to ensure that the framework offers a choice of up to six suppliers within each lot. Tenderers are invited to bid for one, some or all of the geographical lots above as they wish.
Whilst initially for use by local authorities served by ESPO (see www.espo.org for further details), being a Central Purchasing Body as defined by the EU Combined Procurement Directive 2004/18/EC, the framework agreement will also be open for use by the following classifications of user throughout all administrative regions of the UK: Local Authority Councils; Educational Establishments (including Academies); Central Government Departments and their Agencies; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; Full details of the classification of end user establishments and geographical areas is available on: http:http://www.espo.org/About-us-%281%29/FAQs/Legal (see OJEU framework permissible users)Please note that although an e-Auction will not be used in establishing this framework, an e-Auction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the framework agreement.
In order to express an interest in tendering for this opportunity, please see details below and please ensure you refer to instructions and guidance available:
— Go to www.eastmidstenders.org
— (If you are not already registered) Register your company by selecting the ‘Register’ box on the top of the home page.
— Once registered visit the home page and search for the tender 985_15 Occupational Health Services by selecting ‘View Opportunities’.
— Express an interest by selecting the ‘Register Interest’ box at the bottom of the screen.
You should receive a notification email confirming your expression of interest.
If you experience any problems with registration or expression of interest, please refer any queries on Portal operation to support@due-north.com or telephone +44 1670597136.
II.1.6)Common procurement vocabulary (CPV)
85147000, 85100000, 85140000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
Description of these options: The framework agreement has the option to extend for up to a further 24 months. The total estimated values stated in Section II.1.4 include the option period.
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Occupational Health Services
1)Short description
To enable SMEs and local providers to bid, the framework will be divided into the following lots, based upon geographical regions within the UK:
— Lot 1 North East;
— Lot 2 North West;
— Lot 3 Yorkshire and Humber;
— Lot 4 East Midlands;
— Lot 5 West Midlands
— Lot 6 East of England;
— Lot 7 London;
— Lot 8 South East;
— Lot 9 South West;
— Lot 10 Scotland;
— Lot 11 Wales;
— Lot 12 Northern Ireland.
The number of suppliers offered a place on the framework will depend in part upon the number and nature of bids received, but the objective will be to ensure that the framework offers a choice of up to six suppliers within each lot. Tenderers are invited to bid for one, some or all of the geographical lots above as they wish.
Whilst initially for use by local authorities served by ESPO (see www.espo.org for further details), being a Central Purchasing Body as defined by the EU Combined Procurement Directive 2004/18/EC, the framework agreement will also be open for use by the following classifications of user throughout all administrative regions of the UK: Local Authority Councils; Educational Establishments (including Academies); Central Government Departments and their Agencies; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; Full details of the classification of end user establishments and geographical areas is available on:http://www.espo.org/about-us-(1)/FAQs/legal (see OJEU framework permissible users).Please note that although an e-Auction will not be used in establishing this framework, an e-Auction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the framework agreement.
Full details on Lots are included in the Invitation to Tender.
2)Common procurement vocabulary (CPV)
85147000, 85100000, 85140000
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: 1. The Supplier agrees that there shall be no discrimination by it against any person with respect to opportunity for employment or conditions of employment, because of age, disability, gender reassignment, marital or civil partner status, pregnancy or maternity, race, colour, nationality, ethnic or national origin, religion or belief, sex or sexual orientation. The Supplier shall in all matters arising in the performance of the Agreement comply with the provisions of the Equality Act 2010 and the Human Rights Act 1998 and all other discrimination legislation.
2. This contract will contain a contract monitoring clause which will require suppliers to ensure that their organisation operates within the rating of 12 or more, as shall be determined by use of the credit rating agency, Creditsafe Business Solutions Limited.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
As detailed in Invitation to Tender.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: