Watford Borough Council: Absence Management Service

  Watford Borough Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Absence Management Service
Notice type: Contract Notice
Authority: Watford Borough Council
Nature of contract: Services
Procedure: Open
Short Description: Procurement of a framework agreement for the provision of nurse led absence management services. Watford Borough Council as the Contracting Authority is putting in place a Collaborative Framework Agreement for use by UK public sector bodies and any successors to them.
Published: 31/03/2015 13:26
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Watford: Human resources management consultancy services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Watford Borough Council
      Town Hall, Watford, WD17 3EX, United Kingdom
      Tel. +44 1923278370, Email: howard.hughes@watford.gov.uk, URL: www.watford.gov.uk, URL: www.watford.gov.uk
      Contact: Corporate Procurement Manager, Attn: Howard Hughes
      Electronic Access URL: https://www.delta-esourcing.com/delta
      Electronic Submission URL: https://www.delta-esourcing.com/delta

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Absence Management Service
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 27

         Region Codes: UK - UNITED KINGDOM         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement                                                        

      II.1.4)Information on framework agreement:      

            Framework agreement with a single operator
         Duration of the framework agreement:
            Duration in year(s): 4             
         Estimated total value of purchases for the entire duration of the framework agreement:
                                    
            Range between: 500,000 and 6,000,000
            Currency: GBP
                  
      II.1.5)Short description of the contract or purchase:
      Human resources management consultancy services. Personnel services except placement and supply services. Personnel and payroll services. Services provided by medical personnel. Procurement of a framework agreement for the provision of nurse led absence management services. Watford Borough Council as the Contracting Authority is putting in place a Collaborative Framework Agreement for use by UK public sector bodies and any successors to them.
         
      II.1.6)Common Procurement Vocabulary:
         79414000 - Human resources management consultancy services.
         
         79630000 - Personnel services except placement and supply services.
         
         79631000 - Personnel and payroll services.
         
         85141000 - Services provided by medical personnel.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      A single supplier framework for the provision of nurse led absence management services to local authorities and other other public sector and related bodies.      
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 48 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      As noted in the ITT documents. Parent company and / or other guarantees of performance and financial liability may be required by individual Contracting Authorities utilising the Framework if considered appropriate.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      As noted in the ITT documents.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      No special legal form is required but if a contract is awarded to a consortium, the Contracting Authority may require the consortium to form a legal entity before entering into the Framework Agreement.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      As noted in the ITT documents.      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
         
         Information and formalities necessary for evaluating if requirements are met:
         As noted in the ITT documents.         
         Minimum Level(s) of standards possibly required:
         As noted in the ITT documents.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         
         Information and formalities necessary for evaluating if requirements are met:
         As noted in the ITT documents.         
         Minimum Level(s) of standards possibly required:
         As noted in the ITT documents.      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: No       
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Not Provided      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 11/05/2015
      Time-limit for receipt of requests for documents or for accessing documents: 23:59
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 12/05/2015
         Time: 10:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender
         Duration in days: 90
      
      IV.3.8)Conditions for opening tenders
         Place:
         Electronically via e-tendering tool at Town Hall, Watford
         Persons authorised to be present at the opening of tenders: No


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.

Bids for this opportunity must be submitted, including a completed PQQ questionnaire, via the portal. The portal also includes further information about the project. Suppliers must read through this set of instructions and follow the process to respond to this opportunity.
The information and documents for this opportunity are available on https://www.delta-esourcing.com/delta You must register on this site to respond, registration is free, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code: G86277JD87
Please ensure that you allow sufficient time when responding to this invitation prior to the closing date and time shown on the portal as you have been asked to upload documents. Late submissions will not be accepted.
If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on 0845 270 7050 or email helpdesk@delta-esourcing.com

Potential suppliers should note that Watford BC may publish the Invitation to Tender (ITT) document and the text of any Framework Agreement awarded, subject to possible redactions at their discretion. The terms of the proposed Framework Agreement will also permit a public sector contracting authority, awarding a contract under this Framework Agreement, to publish the text of that contract, subject to possible redactions at the discretion of the contracting authority.
The Contracting Authority expressly reserves the right (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the candidates. If the Contracting Authority decides to enter into a Framework Agreement with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. Any orders placed under this Framework Agreement will form a separate contract under the scope of this Framework between the supplier and the specific requesting other contracting body. The Contracting Authority and other contracting bodies utilising the Framework reserve the right to use any electronic portal during the life of the agreement.
The duration of the framework agreement is for the placing of orders.
The potential value of the framework agreement is only an estimate. We cannot guarantee to suppliers any business through this framework agreement.

Watford Borough Council wishes to establish a Framework Agreement for use by the following UK public sector bodies (and any future successors to these organisations):

UK Local Authorities http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/AToZOfLocalCouncils/DG_AZ_LG)

Schools in England https://www.gov.uk/find-school-in-england
Scottish Schools Online http://www.educationscotland.gov.uk/scottishschoolsonline/
Schools in Wales http://hwb.wales.gov.uk/
Schools Database Northern Ireland ttp://apps.deni.gov.uk/appinstitutes/instmain.aspx
Academies - https://www.gov.uk/government/publications/open-academies-and-academy-projects-in-development
Universities and Colleges http://unistats.direct.gov.uk/institutions/

Police, Fire & Rescue & Maritime & Coastguard Agency Emergency Services:
http://www.police.uk/forces.htm
http://www.psni.police.uk/index.htm
http://www.scottish.police.uk/
http://www.fire.org.uk/fire-brigades.html
http://www.nifrs.org/areas-districts/
http://www.mcga.gov.uk/c4mca/mcga07-home.htm
http://www.firescotland.gov.uk/your-area.aspx

NHS Bodies, the HSC (Northern Ireland) and Ambulance Services:
http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx
http://www.hscni.net/index.php?link=trusts
http://www.show.scot.nhs.uk/organisations/index.aspx
http://www.scottishambulance.com/AboutUs/HowWeOrganised.aspx
http://www.wales.nhs.uk/nhswalesaboutus/structure

Hospices in UK including Scotland, Wales and Northern Ireland http://www.hauraki.co.uk/hospice_uk/.
Registered Social Landlords:Government-funded, not-for-profit organisations that provide affordable housing. They include housing associations, trusts and cooperatives.
http://www.communities.gov.uk/newsroom/factsandfigures/housingplanning1/facts/socialhousing/?id=1822644

Registered Charities: http://apps.charitycommission.gov.uk/Showcharity/RegisterOfCharities/registerhomepage.aspx
http://www.oscr.org.uk/
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Watford:-Human-resources-management-consultancy-services./G86277JD87

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/G86277JD87
GO-2015331-PRO-6484784 TKR-2015331-PRO-6484783
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Watford Borough Council
      Town Hall, Watford, WD17 3EX, United Kingdom
      Tel. +44 1923278370, Email: howard.hughes@watford.gov.uk, URL: www.watford.gov.uk

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 31/03/2015

ANNEX A

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         1: Contracting Authority
      Three Rivers District Council
      Three Rivers House, Northway, Rickmansworth, WD3 1RL, United Kingdom

View any Notice Addenda

View Award Notice

UK-Watford: Human resources management consultancy services.

Section I: Contracting Authority
   Title: UK-Watford: Human resources management consultancy services.
   I.1)Name, Addresses and Contact Point(s):
      Watford Borough Council
      Town Hall, Watford, WD17 3EX, United Kingdom
      Tel. +44 1923278370, Email: howard.hughes@watford.gov.uk, URL: www.watford.gov.uk, URL: www.watford.gov.uk
      Contact: Corporate Procurement Manager, Attn: Howard Hughes
      Electronic Access URL: https://www.delta-esourcing.com/delta
      Electronic Submission URL: https://www.delta-esourcing.com/delta

   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Absence Management Service      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 27
         Do you agree to the publication of this notice?: Yes          
         Region Codes: UK - UNITED KINGDOM         
      II.1.3)Information about a framework or a dynamic purchasing system:
         The notice involves the establishment of a framework agreement                   
      II.1.4)Short description of the contract or purchase(s):
         Human resources management consultancy services. Personnel services except placement and supply services. Personnel and payroll services. Services provided by medical personnel. Procurement of a framework agreement for the provision of nurse led absence management services. Watford Borough Council as the Contracting Authority is putting in place a Collaborative Framework Agreement for use by UK public sector bodies and any successors to them.
      II.1.5)Common procurement vocabulary:
         79414000 - Human resources management consultancy services.
         79630000 - Personnel services except placement and supply services.
         79631000 - Personnel and payroll services.
         85141000 - Services provided by medical personnel.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Not Provided

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Open
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Price - 30
         Methodology - 20
         Experience - 15
         Online Management Information - 10
         Implementation - 5
         Absence Policy Alerts and Wellbeing Referrals - 5
         IT, Data Security, Business Continuity and Quality Management - 5
         Account Management - 5
         Social Value - 5
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Not Provided          
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         
         
          Contract notice    
         Notice number in OJ: 2015/S 67 - 119701 of 04/04/2015
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 02/06/2015      
      V.2) Information About Offers
         Number Of Offers Received: 1          
         Number Of Offers Received By Electronic Means: 1       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: FirstCare Ltd
         Postal address: Capital Tower, 91 Waterloo Road, Southwark
         Town: London
         Postal code: SE1 8RT
         Country: United Kingdom
         Email: james.arquette@firstcare.eu
         Telephone: +44 8454565730
         Internet address: www.firstcare.eu
      V.4)Information On Value Of Contract
         If annual or monthly value:
            Number of years: 4
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      Watford BC may publish the Invitation to Tender (ITT) document and the text of any Framework Agreement awarded, subject to possible redactions at their discretion. The terms of the proposed Framework Agreement will also permit a public sector contracting authority, awarding a contract under this Framework Agreement, to publish the text of that contract, subject to possible redactions at the discretion of the contracting authority.
The award by the Contracting Authority of a Framework Agreement with the successful supplier does not mean that there is any guarantee of subsequent contracts being awarded. Any orders placed under this Framework Agreement will form a separate contract under the scope of this Framework between the supplier and the specific requesting other contracting body. The Contracting Authority and other contracting bodies utilising the Framework reserve the right to use any electronic portal during the life of the agreement.
The duration of the framework agreement is for the placing of orders.
The potential value of the framework agreement is only an estimate. We cannot guarantee any business through this framework agreement.

Watford Borough Council is establishing a Framework Agreement for use by the following UK public sector bodies (and any future successors to these organisations):

UK Local Authorities http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/AToZOfLocalCouncils/DG_AZ_LG)

Schools in England https://www.gov.uk/find-school-in-england
Scottish Schools Online http://www.educationscotland.gov.uk/scottishschoolsonline/
Schools in Wales http://hwb.wales.gov.uk/
Schools Database Northern Ireland ttp://apps.deni.gov.uk/appinstitutes/instmain.aspx
Academies - https://www.gov.uk/government/publications/open-academies-and-academy-projects-in-development
Universities and Colleges http://unistats.direct.gov.uk/institutions/

Police, Fire & Rescue & Maritime & Coastguard Agency Emergency Services:
http://www.police.uk/forces.htm
http://www.psni.police.uk/index.htm
http://www.scottish.police.uk/
http://www.fire.org.uk/fire-brigades.html
http://www.nifrs.org/areas-districts/
http://www.mcga.gov.uk/c4mca/mcga07-home.htm
http://www.firescotland.gov.uk/your-area.aspx

NHS Bodies, the HSC (Northern Ireland) and Ambulance Services:
http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx
http://www.hscni.net/index.php?link=trusts
http://www.show.scot.nhs.uk/organisations/index.aspx
http://www.scottishambulance.com/AboutUs/HowWeOrganised.aspx
http://www.wales.nhs.uk/nhswalesaboutus/structure

Hospices in UK including Scotland, Wales and Northern Ireland http://www.hauraki.co.uk/hospice_uk/.
Registered Social Landlords:Government-funded, not-for-profit organisations that provide affordable housing. They include housing associations, trusts and cooperatives.
http://www.communities.gov.uk/newsroom/factsandfigures/housingplanning1/facts/socialhousing/?id=1822644

Registered Charities: http://apps.charitycommission.gov.uk/Showcharity/RegisterOfCharities/registerhomepage.aspx
http://www.oscr.org.uk/
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=145771679
GO-201563-PRO-6650360 TKR-201563-PRO-6650359   
   VI.3.1)Body responsible for appeal procedures:
      Watford Borough Council
      Town Hall, Watford, WD17 3EX, United Kingdom
      Tel. +44 1923278370, Email: howard.hughes@watford.gov.uk, URL: www.watford.gov.uk
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 03/06/2015   
ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
      Three Rivers District Council
      Three Rivers House, Northway, Rickmansworth, WD3 1RL, United Kingdom