Occupational Health and Employee Assistance Tender
Occupational Health, Face to Face Counselling and Employee Assistance Programme Services.
United Kingdom-Torquay: Health and social work services
2016/S 153-276976
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Town Hall, Castle Circus
Torquay
TQ1 3DR
United Kingdom
Contact person: Mr Lawrence Brown
Telephone: +44 1803208977
E-mail: lawrence.brown@torbay.gov.uk
NUTS code: UKK42
Internet address(es):Main address: http://www.torbay.gov.uk
Address of the buyer profile: http://www.torbay.gov.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Occupational Health, Face to Face Counselling and Employee Assistance Programme Services.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Torbay Council is seeking imaginative responses for providing Occupational Health, an Employee Assistance Programme and Face to Face Counselling Services to a group of diverse employees who are based at a variety of locations. The Authority is looking for Providers who are flexible in approach to service delivery, with a proven approach to providing Occupational Health Services, an Employee Assistance Programme and Face to Face Counselling. The procurement opportunity is being divided into 3 Lots.
II.1.6)Information about lots
Lot 1 and Lot 3;
Lot 2 and Lot 3;
Lot 1, 2 and 3;
Lot 3 will not be awarded in isolation.
II.2.1)Title:
Occupational Health Service
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of Occupational Health Services.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months with an option to extend up to 24 months.
II.2.9)Information about the limits on the number of candidates to be invited
Refer to Tender documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Face to Face Counselling Service
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of Employee Counselling Service.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months with an option to extend for up to 24 months.
II.2.9)Information about the limits on the number of candidates to be invited
Refer to Tender documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Employee Assistance Programme
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of an Employee Assistance Programme.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months with an option to extend up to 24 months.
II.2.9)Information about the limits on the number of candidates to be invited
As Lot 3 will not be awarded in isolation, Applicants will only be invited to Stage 2 Tender based on their short-listing scores for Lot 1 and/or Lot 2.
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
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Any organisation will be rejected where they do not comply with the requirements set out in in Regulation 57 ‘Mandatory Exclusions’ of the Public Contracts Regulations 2015. Any organisation may be rejected where they do not comply with the requirements set out in in Regulation 57 ‘Discretionary Exclusions’ of the Public Contracts Regulations 2015.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
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:
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
The Invitation to Tender (ITT) documents will be made available through the Contracting Authority’s e-tendering portal Supplying the South West (ProContract):www.supplyingthesouthwest.org.uk Applicants can access the tender documents without being registered on the e-tendering portal, but will need to register in order to submit a bid.
In accordance with Regulation 59 of the UK Public Contract Regulations 2015 and EU Implementing Regulation 2016/7 the Authority will accept submission of the following parts/sections of the European Single Procurement Document (ESPD) as part of any submission:
— ESPD Part II (A, B, C and D) in place of 1. Supplier Information of Stage 1 Standardised Pre-Qualification Questionnaire;
— ESPD Part III (A and B) in place of 2. Grounds for Mandatory Exclusion of Stage 1 Standardised Pre-Qualification Questionnaire;
— ESPD Part III (C and D) in place of 3. Grounds for Discretionary Exclusion of Stage 1 Standardised Pre-Qualification Questionnaire.
VI.4.1)Review body
The United Kingdom does not have a specific review body
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Occupational Health Service Bristol
University of Chester Occupational Health Services Tender
Orkney Islands Council Occupational Health Services Tender
Occupational Health Contract West Sussex