Occupational Health Service Bristol
The Commissioner will be using the NHS Standard Contract for the provision of the Service(s). The contract will run from 1.4.2017 and the duration of the contract will be 60 months.
United Kingdom-Bristol: Health services
2016/S 152-276134
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
NHS South, Central and West Commissioning Support Unit
Level 5, South Plaza, Marlbororugh Street
For the attention of: Nicola Hayward
BS1 3NX Bristol
United Kingdom
E-mail: procurement@swcsu.nhs.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
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 UKK,UKJ
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 aims of the specification are to:
— Standardise the commissioning of Occupational Health Services for primary care staff by NHS England nationally;
— Support accessible high-quality occupational health provision for staff employed within primary care settings;
— Ensure the local availability of services for employees who are required to undergo occupational health assessment;
— Standardise the reporting and provision of management information;
— Support cost effective provision. The national specification is currently awaiting formal sign off.
The Commissioner will be using the NHS Standard Contract for the provision of the Service(s).
The contract will run from 1.4.2017 and the duration of the contract will be 60 months.
Access to Invitation to Tender (ITT) Documentation:
Interested providers will be able to view the tender opportunity via the ‘current tenders’ list on in-tend.
https://in-tendhost.co.uk/scwcsu.aspx/Home
In order to access the tender documentation you will need to ‘express an interest’ and register on the system. Bidders are required to respond to all Organisational and ITT questions directly within In-Tend and attach any requested documents separately to the place-holders provided.
II.1.6)Common procurement vocabulary (CPV)
85100000
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:
Lot 1 — South Central (Inc. Berkshire, Buckinghamshire, Oxfordshire, Wiltshire, Gloucestershire (excluding South Gloucestershire);
Lot 2 — South East ( Inc. Kent, Surrey and Sussex);
Lot 3 — South West (Inc. Devon Cornwall and Isles of Scilly, Bristol, North Somerset, Somerset and South Gloucestershire);
Lot 4 — Wessex (Inc. Hampshire, Isle of Wight and Dorset).
Estimated value excluding VAT: 870 000 GBP
II.2.2)Information about options
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: South Central
1)Short description
Tenders can be submitted for multiple Lots.
The maximum number of Lots that may be awarded to 1 tenderer is 4.
2)Common procurement vocabulary (CPV)
85100000
Lot No: 2 Lot title: South East
1)Short description
Tenders can be submitted for multiple Lots.
The maximum number of Lots that may be awarded to 1 tenderer is 4.
2)Common procurement vocabulary (CPV)
85100000
Lot No: 3 Lot title: South West
1)Short description
Tenders can be submitted for multiple Lots.
The maximum number of Lots that may be awarded to 1 tenderer is 4.
2)Common procurement vocabulary (CPV)
85100000
Lot No: 4 Lot title: Wessex
1)Short description
Tenders can be submitted for multiple Lots.
The maximum number of Lots that may be awarded to 1 tenderer is 4.
2)Common procurement vocabulary (CPV)
85100000
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.4)Other particular conditions
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: As detailed in the Organisational Questionnaire / ITT documentation.
III.2.3)Technical capacity
As detailed in the Organisational Questionnaire / ITT documentation.
Minimum level(s) of standards possibly required:
As detailed in the Organisational Questionnaire / ITT documentation.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
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
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Neither the inclusion of a bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority (Open, Restricted, Competitive Procedure with Negotiation, Competitive Dialogue or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations. The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 (the Regulations) which are not subject to the full regime of the Regulations, but is instead governed by the Light Touch Regime contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice:
Related Posts
University of Chester Occupational Health Services Tender
Orkney Islands Council Occupational Health Services Tender
Occupational Health Contract West Sussex
Occupational Health and Wellbeing Services London