East Sussex Healthcare NHS Trust is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Occupational Health Services Framework |
Notice type: | Contract Notice |
Authority: | East Sussex Healthcare NHS Trust |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | This is a voluntary Notice for Part B Services. East Sussex Healthcare NHS Trust and Maidstone and Tunbridge Wells NHS Trust are seeking to create a single Supplier Framework Agreement for the supply of Occupational Health Services to the Trusts and other external organisations. The Framework will be for a period of four years. |
Published: | 14/01/2015 16:12 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
East Sussex Hospitals NHS Trust
Eastbourne District General Hospital, Eastbourne, BN21 2UD, United Kingdom
Tel. +44 1323413832, Email: glyn.freeman@nhs.net, URL: www.esht.nhs.uk
Contact: Glyn Freeman
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:
Body governed by public law
I.3) Main activity:
Health
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: Occupational Health Services Framework
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 25
Region Codes: UKJ - SOUTH EAST (ENGLAND)
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: 5,000,000 and 8,000,000
Currency: GBP
II.1.5)Short description of the contract or purchase:
Health services. Health and safety services. Health and safety consultancy services. Health and first-aid training services. Health and social work services. Residential health facilities services. Company health services. This is a voluntary Notice for Part B Services. East Sussex Healthcare NHS Trust and Maidstone and Tunbridge Wells NHS Trust are seeking to create a single Supplier Framework Agreement for the supply of Occupational Health Services to the Trusts and other external organisations. The Framework will be for a period of four years.
II.1.6)Common Procurement Vocabulary:
85100000 - Health services.
71317200 - Health and safety services.
71317210 - Health and safety consultancy services.
80560000 - Health and first-aid training services.
85000000 - Health and social work services.
85144000 - Residential health facilities services.
85147000 - Company health services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
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:
The provision of Occupational Health services at Conquest Hospital – Hastings, Eastbourne District General Hospital, Pembury Hospital, Maidstone Hospital, list other community locations in Sussex we service which reflect the current levels of service described above, comprising:a)The delivery and management of SEQOHS accredited Occupational Health Servicesb)Provision of detailed management information to include analyses by staff group / departmentc)The management of outbreaks in relation to staff exposed to or acquiring infectious diseased)The management of sharps / needle stick injuryIt is envisaged that tenderers will require regular / permanent accommodation in Acute Hospital locations and scheduled clinic space at Community locations in respect of the services to be provided. The Trusts make such provision of accommodation available to the tenderer.It is required that the Tenderer will continue to provide the service currently delivered to external income generation clients until contract expiry. At this point some clients may seek to call-off services through the Framework Agreement.Comprehensive requirement Specifications will be issued with documentation provided to those Suppliers invited to tender
Estimated value excluding VAT:
Range between: 5,000,000 and 8,000,000
Currency: GBP
II.2.2)Options: No
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:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: No
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:
Information and formalities necessary for evaluating if requirements are met:
To be specified in the Pre-Qualification Questionnaire
Minimum Level(s) of standards possibly required:
To be specified in the Pre-Qualification Questionnaire
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
To be specified in the Pre-Qualification Questionnaire
Minimum Level(s) of standards possibly required:
To be specified in the Pre-Qualification Questionnaire
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: Not Provided
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: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged number of operators: 1
Objective Criteria for choosing the limited number of candidates:
Most Economically Advantageous Tender
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: ES/14/31
IV.3.2)Previous publication(s) concerning the same contract: Not Provided
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 24/02/2015
Time-limit for receipt of requests for documents or for accessing documents: 12:01
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 25/02/2015
Time: 12:01
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Eastbourne:-Health-services./HY8P99563T
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/HY8P99563T
GO-2015114-PRO-6288840 TKR-2015114-PRO-6288839
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
East Sussex Healthcare NHS Trust
Eastbourne District General Hospital, Eastbourne, BN21 2UD, United Kingdom
Tel. +44 1323413832
Body responsible for mediation procedures:
Centre for Effective Dispute Resolution
70 Fleet Street, London, EC4Y 1EU, United Kingdom
Tel. +44 2075366000, Email: info@cedr.com, URL: www.cedr.com
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
East Sussex Healthcare NHS Trust
Eastbourne District General Hospital, Eastbourne, BN21 2UD, United Kingdom
Tel. +44 1323413832
VI.5) Date Of Dispatch Of This Notice: 14/01/2015
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
Maidstone and Tunbridge Wells NHS Trust
Maidstone Hospital, Hermitage Lane, Maidstone, ME16 9QQ, United Kingdom