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

The Provision of an Occupational Health Service for DSG.

Contract notice

Services

Section I: Contracting authority

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

DSG Support Group
Bldg 2J, DSG Warminster, Imber Avenue
Contact point(s): Corporate Services Procurement Team
For the attention of: Mrs Maz Talbot
BA12 0BS Warminster
UNITED KINGDOM
Telephone: +44 1985223297
E-mail:
Fax: +44 1985223302

Internet address(es)

General address of the contracting authority Defence Support Group, Bldg 203 Monxton Road, Andover, Hants. SP11 8HT
Address of the buyer profile Bldg 2J, DSG Warminster, Imber Avenue, Warminster, Wilts. BA12 0BS

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
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
Defence
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:
The Provision of an Occupational Health Service for DSG.
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
NUTS code
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)
Company health services. To provide an Occupational Health Service which can visit DSG Sites throughout the United Kingdom, including Northern Ireland, and provide core services as required to assist with the compliance of Statutory Law and DSG’s Health and Safety Policy requirements. To also provide a price list for Tariff Health Services which DSG Sites can call off as and when required.
II.1.6)Common procurement vocabulary (CPV)

85147000

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
All respondents to this notice will receive a Pre-qualifying Questioniair (PQQ) to complete, together with a full Statement of Requirements.

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

Estimated value excluding VAT:
Range: between 300 000 and 500 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
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
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
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
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
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

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:
DSG/P/CS/00047
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2011/S 178-292445 of 16.9.2011

Other previous publications

Notice number in the OJEU: 2011/S 178-292445 of 16.9.2011

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: 11.11.2011
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
30.11.2011
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 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

Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available at www.contracts.mod.uk. The MOD SID is a database of active and potential suppliers available to all MOD and UK Defence procurement personnel, and is the main supplier database of MOD Procurement organisations. Please note: the registration and publication of a company profile on the MOD SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for advertised MOD contracts must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions of the purchasing organisation.

Advertising Regime OJEU: These contract opportunities are published in the Official Journal of the European Union (OJEU) and the MoD Defence Contracts Bulletin. The award of any subsequent contract arising from such requirements is subject to the Public Contract Regulations 2006. Where advertising is necessary in the OJEU and the DCB, the content of the two adverts must be exactly the same. Tracker Reference: TKR-20111028-DCB-2727892 GO Reference: GO-20111028-DCB-2727893.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

DSG Support Group
Bldg 2J, DSG Warminster, Imber Avenue
BA12 0BS Warminster
UNITED KINGDOM
E-mail:
Telephone: +44 1985223297
Fax: +44 1985223302

Body responsible for mediation procedures

Defence Support Group, Corporate Services Procurement Team, DSG Support Group

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained

Defence Support Group, Corporate Services Procurement Team, DSG Support Group
Bldg 2J, DSG Warminster, Imber Avenue
BA12 0BS Warminster
UNITED KINGDOM
E-mail:
Telephone: +44 1985223297
Fax: +44 1985223302

VI.5)Date of dispatch of this notice:
28.10.2011