Section one: Contracting authority
one.1) Name and addresses
For the supply of Occupational Health and Well-being Services for the British Council
Bridgewater House, Manchester
Manchester
M1 6BB
Contact
Aung Thein
uk.procurement@britishcouncil.org
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://in-tendhost.co.uk/britishcouncil/aspx/Home
Buyer's address
https://in-tendhost.co.uk/britishcouncil/aspx/Home
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/britishcouncil/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/britishcouncil/aspx/Home
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Registered Charity
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
For the supply of Occupational Health and Well-being Services for the British Council
Reference number
BC/03322
two.1.2) Main CPV code
- 79414000 - Human resources management consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Following the end of the contract and extension periods with current providers, we need to procure global provision of:Lot One: Occupational Health (OH) and Pre-placement questionnaires (PPQs), and Lot Two: Employee Assistance Programme (EAP) services.The purpose and scope of this ITT and supporting documents is to explain in further detail the requirements of the British Council and the process for submitting a tender proposal.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
Occupational Health (OH) and Pre-placement questionnaires (PPQs)
Lot No
1
two.2.2) Additional CPV code(s)
- 79414000 - Human resources management consultancy services
- 85147000 - Company health services
- 85312300 - Guidance and counselling services
- 85312320 - Counselling services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot One: Occupational Health (OH) and Pre-placement questionnaires (PPQs)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Employee Assistance Programme (EAP) services
Lot No
2
two.2.2) Additional CPV code(s)
- 79414000 - Human resources management consultancy services
- 85147000 - Company health services
- 85312300 - Guidance and counselling services
- 85312320 - Counselling services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot Two: Employee Assistance Programme (EAP) services
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Selection criteria as stated in the procurement documents
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:
The agreement is for 3 years with the possibility of annual extensions for a further 3 years.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
19 February 2024
Local time
10:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 19 May 2024
four.2.7) Conditions for opening of tenders
Date
19 February 2024
Local time
10:00am
Place
Tenders will be opened electronically.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
British Council - London
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Review procedures will be in line with Procurement Regulations.