Contract notice

Information

Published

Date of dispatch of this notice: 21/10/2016

Expire date: 21/11/2016

External Reference: 2016-782014

TED Reference: 2016/S 206-373108

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

County Durham and Darlington Fire and Rescue Service
VAT 178178130
Service HQ, Belmont Business Park,
Durham
DH1 1TW
UK
Contact person: Janice Alderslade
Telephone: +44 1913755560
Fax: +44 1913847374
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=17918&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local agency/office
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Provision of an Occupational Health and Related Services
Reference number:  25668
II.1.2)

Main CPV code

85100000  -  Health services
II.1.3)

Type of contract

Services
II.1.4)

Short description

County Durham and Darlington Fire and Rescue Authority wish to engage with a health provider to provide an occupational health and related service. The authority is committed to provide for the health, safety and welfare of its employees and one of its prime objectives is to develop and implement preventative measures to assist in the reduction of health issues. The provider is required to provide support and special expertise in assisting the authority in meeting its current and future occupational health needs.
The services must be flexible, providing availability of an OH-trained nurse and physician from Monday to Friday (inclusive) between the hours of 0800 and 1800 with occasional evenings until 2100 (as agreed with the Authority) for ‘Core’ Services (Administration & Medical). ‘Specialist Core’ Services i.e. Counselling and Employee Assistance must be available 24 hours per day, 7 days per week.
.
II.1.5)

Estimated total value

Value excluding VAT: 500000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

85000000  -  Health and social work services
85120000  -  Medical practice and related services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
County Durham & the Borough of Darlington
II.2.4)

Description of the procurement

County Durham and Darlington Fire and Rescue Service (the “Authority”) wish to engage with a health provider to provide an occupational health and related service. The authority is committed to provide for the health, safety and welfare of all its employees and one of its prime objectives is to develop and implement preventative measures to assist in the reduction of health issues. Occupational health is integral to the development of the authority’s overall health and wellbeing strategy. The provider is required to provide support and special expertise in assisting the authority in meeting its current and future occupational health needs.
The provider must have effective business continuity plans in place to deal with the loss or unavailability of key members of its occupational health team engaged in the provision of the services or in the event of force majeure, (including fire and pandemic) or emergency of any description. The services must be flexible, providing availability of an OH-trained nurse and physician from Monday to Friday (inclusive) between the hours of 0800 and 1800 with occasional evenings until 2100 (as agreed with the Authority) for ‘Core’ Services (Administration & Medical) (see paragraph 5 below). ‘Specialist Core’ Services i.e. Counselling and Employee Assistance must be available 24 hours per day, 7 days per week.
Occupational health appointments conducted by the provider will be based at the provider’s premises unless the authority requires the provider to attend any of the premises outlined in section 2.3 above and/or other addresses in the authority's locality on an ad hoc basis. The provider should offer suitable alternatives to face to face appointment (for example, telephone, Skype, webcam) in order to assist the authority in its resourcing requirements is desirable.The availability and provision of services should be based on 52 weeks per annum, and continuous cover is required on a 52 week basis. Home visits may be required.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 500000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
2 x 12 months
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Bidders failing to pass all identified criteria, will be rejected from the process. For those which do pass the identified criteria, the Authority will then rank Bidders according to the total score. The 5 highest scoring Bidders will be invited for further competition subject to exceeding a minimum of 50 % of the score available.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Information and formalities necessary for evaluating if the requirements are met:
In accordance with Article 57 of Directive 2014/24/EU of the European Parliament and of the Council andRegulations 57 of the Public Contract Regulations 2015 and as set out in the pre-qualification questionnaire(PQQ) available on the portal.
Minimum level(s) of standards possibly required:
As set out in the pre-qualification questionnaire (PQQ) available on the portal.
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  21/11/2016
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 05/12/2016
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until:  09/07/2017

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
5 years
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

This tender opportunity is being advertised on the blue light portal. Organisations can register electronically forthe documents which are ready for download via the blue light portal
VI.4)

Procedures for review

VI.4.1)

Review body

The Authority
Belmont Business Park
Durham
DH1 1TW
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The Contracting Authority will incorporate a standstill period at the point information of the award of the Contractis communicated to bidders. That notification will provide full information on the award decision. The standstillperiod which will be for a minimum of 10 calendar days, provides time for the unsuccessful bidders to ENStandard Form 02 Contract notice 12/16 challenge the award decision before the Contract's entered into. ThePublic Regulations 2015 provide the aggrieved parties who have been harmed or at risk of harm by a breach ofthe rules to take action in the High Court (England, Wales, and Northern Ireland).
VI.5)

Date of dispatch of this notice

24/10/2016