II.1)
Scope of the procurement
Provision of an Occupational Health and Related Services
Reference number:
25668
85100000
-
Health services
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.2.2)
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.
Price is not the only award criterion and all criteria are stated only in the procurement documents
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