Provide Ergonomic and Disability Support in the Workplace
End-to-end ergonomic, disability and specialist support in the workplace.
United Kingdom-London: Health and social work services
2016/S 116-206836
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Department for Environment, Food and Rural Affairs
17 Smith Square
For the attention of: Innes Christine
SW1P 3JR London
United Kingdom
Telephone: +49 7917158676
E-mail: Network.ProcurementSupport@defra.gsi.gov.uk
Internet address(es):
General address of the contracting authority: www.defra.gov.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
Other: cefas
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Marine Management Organisation (MMO)
Lancaster House, Hampshire Court
NE4 7YH Newcastle upon Tyne
United Kingdom
Environment Agency
Horizon House, Deanery Road
BS1 5AH Bristol
United Kingdom
Natural England
Foss House, Kings Pool, 1-2 Peasholme Green
YO1 7PX York
United Kingdom
Rural Payments Agency (RPA)
Foss House, Kings Pool, 1-2 Peasholme Green
YO1 7PX York
United Kingdom
Animal and Plant Health Agency (APHA)
Shaw Team, Weybourne Building, Woodham Lane, New Haw, Surrey
KT15 3NB Addlestone
United Kingdom
Veterinary Medicines Directorate (VMD)
Woodham Lane, New Haw, Surrey
KT15 3LS Addlestone
United Kingdom
— Centre of Environment, Fisheries and Aquaculture Science (Cefas)
Lowestoft Laboratory, Pakefield Road
NR33 0HT Lowestoft
United Kingdom
Kew Royal Botanical Gardens
Kew, Surrey,
TW9 3AB Richmond
United Kingdom
Joint Nature Conservation Committee (JNCC)
Monkstone House, City Road
PE1 1JY Peterborough
United Kingdom
Forestry Commission
620 Bristol Business Park, Coldharbour Lane
BS16 1EJ Bristol
United Kingdom
National Forest Company
Enterprise Glade, Bath Yard, Moira
DE12 6BA Swadlincote
United Kingdom
Consumer Council for Water
1st Floor Victoria Square House, Victoria Square
B2 4AJ Birmingham
United Kingdom
Seafish
18 Logie Mill, Logie Green Road
EH7 4HS Edinburgh
United Kingdom
Agriculture and Horticulture Development Board
Stoneleigh Park
CV8 2TL Kenilworth
United Kingdom
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
Main site or location of works, place of delivery or of performance: Nationwide.
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
Framework agreement with a single operator
Duration of the framework agreement
Duration in months: 48
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 300 000 and 600 000 GBP
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
85000000
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:
Range: between 300 000 and 600 000 GBP
II.2.3)Information about renewals
Number of possible renewals: 2
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
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: The Authority’s terms and conditions are attached to the Invitation to Tender.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Suppliers Instructions How to Express Interest in this Tender: 1. Register your company on the eSourcing portal (this is only required once) — Browse to the eSourcing Portal: https://defra.bravosolution.co.uk and click the link to register — Accept the terms and conditions and click ‘continue’ — Enter your correct business and user details — Note the username you chose and click ‘Save’ when complete — You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender — Login to the portal with the username/password — Click the ‘PQQs / ITTs Open To All Suppliers’ link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) — Click on the relevant PQQ/ ITT to access the content. — Click the ‘Express Interest’ button at the top of the page. — This will move the PQQ /ITT into your ‘My PQQs/ My ITTs’ page. (This is a secure area reserved for your projects only) — You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ/ ITT Details’ box. 3. Responding to the tender — Click ‘My Response’ under ‘PQQ/ ITT Details’, you can choose to ‘Create Response’ or to ‘Decline to Respond’ (please give a reason if declining) — You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification — Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT — There may be a mixture of online and offline actions for you to perform (there is detailed online help available). — You must then submit your reply using the ‘Submit Response’ button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
III.2.2)Economic and financial ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Price. Weighting 60
2. Quality. Weighting 40
3. Implementation and set-up
4. Service delivery
5. Range of services
6. Products and support
7. Account management
8. Security and ICT
9. Sustainability
10. Equality and diversity
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
Prior information notice
Notice number in the OJEU: 2016/S 099-177589 of 25.5.2016
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.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.3)Additional information
VI.4.1)Body responsible for appeal procedures
Royal Courts of Justice
The Strand
WC2A 2LL London
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Furniture for Educational and Non-Educational Environments
Mini Tender for Supply of Furniture