Occupational Health Contract London
Web based pre-employment health screening and case referral management system. Medical surveillance to meet statutory requirements.
United Kingdom-London: Company health services
2015/S 099-180264
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
London Borough of Southwark
PO Box 64529
Contact point(s): HR Division, Chief Executive’s Department
For the attention of: Sarah Hedley
SE1P 5LX London
UNITED KINGDOM
Telephone: +44 2075257216
E-mail: sarah.hedley@southwark.gov.uk
Internet address(es):
General address of the contracting authority: www.southwark.gov.uk
Further information can be obtained from: Contracts Finder
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
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 UKI1
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The contracting authority invites expressions of interest from suitably qualified providers of occupational health services, including an employee assistance programme.
The contracting authority’s key requirements for this service are:
— Web based pre-employment health screening and case referral management system.
— Medical surveillance to meet statutory requirements.
— Provision of advice to managers and HR services on occupational health issues, absence, ill health referrals.
— Reports on complex or ill health retirement cases requiring an independent Occupational Health Physician. Liaison with GP’s, medical specialists as required. Sound knowledge of ill health retirement under the Local Government Pension Scheme.
— Employee counselling services.
— Health and well being services.
II.1.6)Common procurement vocabulary (CPV)
85147000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)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 contract to be awarded will be for a period of 3 (three) years and may be extended at the sole discretion of the contracting authority for up to 1 (one) year.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
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: Please see the pre-qualification and invitation to tender documents.
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
Minimum level(s) of standards possibly required: Please see the pre-qualification and invitation to tender documents.
III.2.3)Technical capacity
Please see the pre-qualification and invitation to tender documents.
Minimum level(s) of standards possibly required:
Please see the pre-qualification and invitation to tender documents.
III.3.1)Information about a particular profession
Reference to the relevant law, regulation or administrative provision: The successful applicant must demonstrate accreditation under SEQOHS (Occupational Health Standards) with the Faculty of Occupational Medicine.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
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
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
IV.3.8)Conditions for opening of tenders
Date: 25.8.2015 – 13:00
Place:
160 Tooley Street London SE1 2QH.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Members and officers of the contracting authority.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The contracting authority has decided that it would not be appropriate to subdivide this contract into lots owing to the nature of the service and the contracting authority’s operational requirements and administrative capacity.
Full details of the applicable timetable and procedure that will be followed by the contracting authority are set out in this notice, the pre-qualification questionnaire and the tender documentation, all of which are available on Contracts Finder (www.contracts-finder.gov.uk).
Pre-qualification questionnaires will be distributed to any organisation expressing an interest in this contract to the contact detailed in Section I. All pre-qualification questionnaires must be submitted by the time and date noted in Section IV.3.4.
The contracting authority shall not be liable for any costs (including any third party costs, fees or expenses) incurred by those expressing an interest in or tendering for this contract opportunity.
The contracting authority reserves the right to withdraw from or discontinue the procurement process, which shall include the right not to award as a result of this call for competition.
Tenders and all supporting documentation for the contract must be in English and must be priced in Pounds Sterling.
The contracting authority offers tendering organisations no guarantee, warranty or assurance as to the value of its purchases under the contracts (once awarded).
Interested organisations should also note that the view of the contracting authority is that the provisions of the European Council Directive 2001/23/EC of 12.3.2001 (TUPE) may apply on the award of this contract, although organisations should seek their own independent advice in that regard and the contracting authority offers no assurance in respect of the operation, effect or impact of TUPE on the contract.
VI.4.1)Body responsible for appeal procedures
Royal Courts of Justice (High Court)
Strand
WC2A 2LL London
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: