Contract notice

Information

Published

Date of dispatch of this notice: 29/02/2016

Expire date: 01/04/2016

External Reference: 2016-528895

TED Reference: 2016/S 043-071450

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

Civil Nuclear Police Authority (CNPA) / Civil Nuclear Constabulary (CNC)
N/A
Building F6, First Floor ,Culham Science Centre .A
OX14 3DB  Abingdon
UK
For the attention of: Jane Little
Telephone: +44 1235466514
E-mail: jane.little@cnc.pnn.police.uk
Internet address(es):
General address of the contracting authority: https://www.gov.uk/government/organisations/civil-nuclear-constabulary
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/31796
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=15116&B=BLUELIGHT
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=15116&B=BLUELIGHT
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for 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

  • Public order and safety
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:

Occupational Health Management System

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No25:  Health and social services
    Main site or location of works, place of delivery or of performance:

    Abingdon

    NUTS code
    UNITED KINGDOM
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves a public contract
    II.1.5)

    Short description of the contract or purchase(s)

    The CNC has approximately 1,500 police officers and staff operating out of 14

    locations throughout England, Scotland and Wales.

    HR is responsible for managing the CNC OH Provision and the level and standard

    of OH Provision varies across the organisation, with some sites having a full

    service on-site, one site via commercial provider and the remainder by the internal

    CNC OH team. Each of these providers has their own medical records system to

    store CNC medical records as do the previous OH Provision’s that have been

    used.

    Where CNC are the OH provider there is an obligation under several instances of

    legislation to hold records securely. The scope of the CNC role in this regard will

    be significantly expanded (by over 400 staff) as the EDF OH role transfers to

    CNC. Where CNC retain ‘contracted out‘ OH provisions with other providers there

    remains a duty of care as employer.

    The current Medical Records information environment is complex and consists of

    a number of stand-alone arrangements. The records for individual officers have

    not always followed their deployment between sites and therefore it can be

    difficult to locate them. When access is required corporately or when records

    need to be transferred to a different provider / CNC OH, individual consents must

    be sought.

    Existing records are currently held in a variety of formats and on a variety of

    platforms. Dounreay and Sellafield currently use the EOPAS system, IMASS use

    their own bespoke system but records are also held in paper format and CNC

    OHD currently hold files in word and pdf formats.

    In order to improve the current position, the CNC is looking for a fit for purpose,

    web enabled, hosted occupational health management system to support the in

    house provision of OH services which meets UK medical standards and UK

    personal data protection legislation.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    48180000   Medical software package
    Supplementary vocabulary
    75122000   Administrative healthcare services
    85100000   Health services
    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:

    3 year contract for the supply of an Occupational Health Management system

    Estimated cost excluding VAT: 200000  GBP
    II.2.2)

    Information about options

    Options: yes
    Description of these options:

    Option to extend for up to an additional 2 years.

    II.2.3)

    Information about renewals

    This contract is subject to renewal: no
    II.3)

    Duration of the contract or time limit for completion

    Starting  02. 05. 2016  Completion  01. 05. 2021

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.1)

    Deposits and guarantees required:

    N/A

    III.1.2)

    Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

    See ITT documentation

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    See ITT documentation

    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:

    See ITT documentation

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    See ITT documentation

    Minimum level(s) of standards possibly required:

    See ITT documentation

    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    See ITT documentation

    Minimum level(s) of standards possibly required:

    See ITT documentation

    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

    Open
    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

    T240/02/16

    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: 25.03.2016 - 17:00
    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    01.04.2016 - 12:00
    IV.3.7)

    Minimum time frame during which the tenderer must maintain the tender

    [DurationDays]: 090 (from the date stated for receipt of tender)
    IV.3.8)

    Conditions for opening tenders

    Date: 01.04.2016 - 12:00
    Persons authorised to be present at the opening of tenders: no

    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