By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Provision of an Occupational Health Service.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Avon and Wiltshire Mental Health Partnership NHS Trust
Green Lane Hospital, Marshall Road
For the attention of: Jane Gammie
SN10 5DS Devizes
UNITED KINGDOM
E-mail:

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
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: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Provision of an Occupational Health Service.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 25: Health and social services
Main site or location of works, place of delivery or of performance: Bath and North East Somerset (BANES), Bristol, North Somerset, South Gloucestershire, Wiltshire, Swindon and North Dorset.

NUTS code UKK1

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Avon and Wiltshire Mental Health Partnership NHS Trust (AWP) is a significant provider of specialist mental health services to adults and older people in: Bath and North East Somerset (BANES), Bristol, North Somerset, South Gloucestershire, Wiltshire, Swindon and North Dorset. The Trust is likely to expand into other locations over the next few years
AWP serves 2 million people, deploying circa 4,000 permanent staff and 500 Bank staff with a budget of GBP 190 million per annum. The Trust has five hospitals including one secure unit and operates out of over one hundred locations.
AWP seeks a provider for its staff Occupational Health Service to provide a comprehensive, high quality, responsive, confidential, cost effective and local Occupational Health Service to a geographically dispersed workforce which includes:
Medical and health assessments.
Occupational Health advice.
A 24 hour Employee Assistance Programme (EAP), to include a needlestick helpline.
Immunisation programme and pro-active management of sickness absence.
It is expected that the provider will offer suggestions to improve health, attendance, employee wellbeing, reduce short and long term absence and implement best practice. The provider will have significant expertise in advising on managing mental health problems. The Occupational Health Service must be easy to use, electronically trackable and be easy to interrogate for the provision of management information.
The Occupational Health Service should be a unified, effective, timely, pro active, visible and value added service to:
Ensure ease of use and consistency for managers and employees regardless of location.
Deliver appropriate, targeted health protection programmes, including advice and guidance to prevent injury, harm or illness associated with occupational risk.
Deliver expert and targeted advice to mitigate the impact of health on work and work on health. Reduce the impact of physical and psychological hazards in the workplace.
Work with the Trust, its managers and employees to reduce the impact of sickness absence.
Deliver appropriate and targeted health and wellbeing programmes that raise awareness around healthy choices and lifestyle changes.
Deliver OHS at locations close to AWP premises to ensure ease of access to services.
Assist in the recruitment process by providing questionnaires for pre-employment and new starter lists for immunisations.
Provide management information about the utilisation of Services and suggestions for improvement and best practice implementation.
Be flexible to address the demands of the Trust.
Provide a comprehensive IT system that allows the Trust to book and track the provision of the OH services with associated management information.
The provider must be SEQOHS accredited, must include a named Registered Medical Practitioner with a qualification in Occupational Health and have proven experience in OHS.
The contract will be for a duration of 3 years plus 1 year, plus 1 year with a proposed start date of 1.2.2014.

To express an interest please request a Pre Qualification Questionnaire (PQQ) by e-mail from Jane Gammie at . All hard copies of completed PQQ's must be returned by 12:00 noon on Tuesday 9.7.2013.

II.1.6)Common procurement vocabulary (CPV)

85140000

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:
II.2.2)Information about options
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: 36 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
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:
Payment details are outlined within the NHS Standard Terms and Conditions of Contract available from the website

http://www.dh.gov.uk/en/Publicationsandstatistics/Publications/PublicationsPolicyAndGuidance/DH_121260

III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and Several Liability.
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
Information and formalities necessary for evaluating if the requirements are met: Balance sheet statements of firms overall turnover in respect to goods/services to which contract relates. List of principle deliveries effected in the last 3 years, with sums, dates and recipients, public or private involved. Descriptions of facilities/products to be supplied, description of technical facilities and evidence of Quality systems and controls.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Presentation of undertakings Balance Sheets, statement of company turnover to which the contract relates for the 3 previous years.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Description of the undertaking's technical facilities, its measures for ensuring quality and its study andnresearch facilities. Indication of the technicians or technical bodies involved, whether or not belonging directly to the undertaking, especially those responsible for the quality control. Samples description and/or photographs of the products/services provided.
Certificates drawn up by official quality control institutes or agencies, indication of arrangements for quality checks on the suppliers premises.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services 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

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
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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:
TJG02-13-14.
IV.3.2)Previous publication(s) concerning the same contract
no
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
9.7.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
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
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

As in 1.1

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
3.6.2013