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

Occupational Health Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Warwickshire County Council
Strategic Procurement Unit PO Box 3 Shire Hall Market Place Warwickshire
For the attention of: Paul White, Strategic Procurement Manager
CV34 4RH Warwick
UNITED KINGDOM
Telephone: +44 1926736146
E-mail:

Internet address(es):

General address of the contracting authority: www.warwickshire.gov.uk

Address of the buyer profile: http://www.warwickshire.gov.uk/procurement

Electronic access to information: http://www.csw-jets.co.uk/

Electronic submission of tenders and requests to participate: http://www.csw-jets.co.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
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Occupational Health Services.
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: The County Council boundary of Warwickshire County Council however this contract is also available to other local authorities within the West Midlands region. Details of these other authorities are included within the Invitation to Tender documentation.

NUTS code UKG

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 800 000 and 5 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The provision of a comprehensive and highly integrated range of occupational health services so that the Authority is able to meet its duty of care for the health, safety and welfare of its employees in their working environment.
II.1.6)Common procurement vocabulary (CPV)

85147000, 85140000, 85100000

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: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
Options: yes
Description of these options: The initial contract term will be 3 years however the Authority reserves the right to extend the contract by further periods not exceeding 12 months at the discretion of the Authority and subject to satisfactory performance by the successful tenderer.
Provisional timetable for recourse to these options:
in months: 30 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: yes
II.3)Duration of the contract or time limit for completion
Starting 1.7.2014. Completion 30.6.2018

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As detailed in the Invitation to Tender.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
All prices quoted in the tender must be in Sterling (GBP). Payments will be made to the appointed contractor in Sterling (GBP).
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As detailed in the Invitation to Tender.
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: Evidence required as stated in the Tender documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: The Authority will make its financial assessment of an organisation by taking a reference from Creditsafe Business Solutions Ltd. Tenderers agree that if they receive a Creditsafe Business Solutions Ltd reference which indicates there is doubt about their ability to fulfil delivery of the contract or no Creditsafe Business Solutions Ltd reference is available, the Tenderer will submit any information requested by the Authority in order that financial capacity can be further assessed.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Evidence required as stated in the Tender documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
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
Open
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:
4577 (Project Ref 00000990)
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 18.2.2014 - 13:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
18.2.2014 - 13:00
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
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 18.2.2014 - 15:00

Place:

Warwickshire County Council, Shire Hall, Market Place, Warwick England CV34 4RH.

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Officers of Warwickshire County Council and/or their appointed agents.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 30 months from contract commencement unless option to extend taken.
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
This contract notice is a Voluntary Notice in relation to a Part B Service.
This contract notice relates primarily to the delivery of Occupational Health Services to Warwickshire County Council. The contract may be made available to all Local authorities within the West Midlands Region however there is no guarantee that any other Local Authority will use this contract. The estimated value range quoted within this Notice makes provision for the participation of additional authorities should they decide to access this contract. Warwickshire County Council anticipates spending approximately GBP 800,000 over the life of this contract however there is no guarantee of this level of business.

Warwickshire County Council will be using its e-tendering portal CSW-JETS for the management of this procurement process and providers must register with the system to be able to express an interest in this project.To register and access documents visit http://www.csw-jets.co.uk/

If you are unable to register on CSW-JETS please email us at

Initial registration and on-going use of CSW-JETS is free to suppliers.
Once registered on CSW-JETS, all correspondence for this procurement process must be submitted via the CSW-JETS correspondence function.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
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:
9.1.2014