Occupational Health Services Tender 2020-2025
This tender is for the provision of an occupational health service to the below organisations: Cleveland Fire Brigade, County Durham and Darlington Fire and Rescue Service, Tyne and Wear Fire and Rescue Service.
United Kingdom-Hartlepool: Administrative healthcare services
2020/S 172-417154
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
National registration number: this is not applicable
Postal address: Training and Administration Hub, Queens Meadow Business Park
Town: Hartlepool
NUTS code: UKC NORTH EAST (ENGLAND)
Postal code: TS25 5TH
Country: United Kingdom
Contact person: Lee Woodall
E-mail: lwoodall@clevelandfire.gov.uk
Telephone: +44 1429872311
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/85799
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
NE Regional FRS — Occupational Health Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
This tender is for the provision of an occupational health service (hereinafter ‘the Service’) to the below organisations:
— Cleveland Fire Brigade,
— County Durham and Darlington Fire and Rescue Service,
— Tyne and Wear Fire and Rescue Service.
Cleveland Fire Brigade (CFB) as commercial lead for this project, are prepared to receive tenders for the requirement as detailed within the specification of requirements and in accordance with the terms and conditions of contract. Tenders that do not comply with these conditions may not be considered.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This tender is for the provision of an occupational health service (hereinafter ‘the Service’) to the below organisations:
— Cleveland Fire Brigade,
— County Durham and Darlington Fire and Rescue Service,
— Tyne and Wear Fire and Rescue Service.
Cleveland Fire Brigade (CFB) as commercial lead for this project, are prepared to receive tenders for the requirement as detailed within the specification of requirements and in accordance with the terms and conditions of contract. Tenders that do not comply with these conditions may not be considered.
The participating organisations have a duty of care to their employees and recognise that in order to provide effective services its is important that their employees stay healthy and fit for work and that so far as is possible, that the work they do does not detrimentally affect their health. Each organisation also has a number of policies and procedures in place to underpin:
• the promotion of good employee health and wellbeing;
• the proactive management of sickness absence;
• active rehabilitation including modified duties;
• the reduction of time lost due to sickness.
The occupational health service will contribute to employee health and wellbeing (EHWB) strategies to:
• develop and promote a positive health, safety and wellbeing culture amongst employees and partners;
• develop, implement and monitor working procedures that contribute to the provision of healthy and safe working environments for employees and partners;
• proactively support the physical and mental wellbeing of employees.
The contractor must:
• develop a pro-active approach to the management of sickness absence and contribute to a significant and on-going reduction in sickness absence levels;
• develop and maintain a healthy workforce through employee health and wellbeing promotion;
• support each organisation in meeting statutory requirements demonstrate compliance and maintain a pro-active occupational health service.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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
Selection criteria as highlighted within ITT.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.1)Information about a particular profession
As per ITT.
III.2.2)Contract performance conditions:
As per ITT.
III.2.3)Information about staff responsible for the performance of the contract
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:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.4.1)Review body
Town: Hartlepool
Country: United Kingdom
VI.4.4)Service from which information about the review procedure may be obtained
Town: Hartlepool
Country: United Kingdom
VI.5)Date of dispatch of this notice: