Tender

Provision of Occupational Health & Well-being Services for AGCSU (v2)

  • NHS Arden and GEM Commissioning Support Unit

F02: Contract notice

Notice identifier: 2021/S 000-002757

Procurement identifier (OCID): ocds-h6vhtk-02922c

Published 10 February 2021, 6:05pm



Section one: Contracting authority

one.1) Name and addresses

NHS Arden and GEM Commissioning Support Unit

Cardinal Square

Derby

DE1 3QT

Contact

Mark Didcock

Email

mark.didcock@nhs.net

Telephone

+44 7970633382

Country

United Kingdom

NUTS code

UKF11 - Derby

National registration number

NHS Arden and GEM Commissioning Support Unit

Internet address(es)

Main address

https://www.ardengemcsu.nhs.uk/

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/68205

one.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=36532&B=AGCSU

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=36532&B=AGCSU

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

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Occupational Health & Well-being Services for AGCSU (v2)

Reference number

AGEMCSU/TRANS/20/911 v2

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

Provision of Occupational Health & Well-being Services

two.1.5) Estimated total value

Value excluding VAT: £255,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85147000 - Company health services

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

The provision of the occupational health and well-being service should:

- Be delivered by a team of skilled, multi-disciplinary health at work champions providing health advice associated with work;

- Employ enough, appropriately qualified staff to ensure that the services are provided in all respects in accordance with the service specification. The Provider should ensure that a sufficient reserve of staff is available to meet the service specification during holidays or absences, even if the service demand appears minimal.

- Provide an excellent clinical service, with consistent and reliable support for managers and staff;

- Provide timely intervention and rehabilitation, including assessing the impact of work on individuals’ health, and the impact of the individual’s health on their work;

- Contribute to reducing the incidence of illness and injury caused by work;

- Promote well-being;

- Engage in assessing health needs and designing services to support them, alongside contributing to health at work related strategies;

- Provide an online referral system, accessible to all staff.

- Maintain a vaccination recall system on a monthly basis;

- To assist the CSU, CCGs and the Authorities in discharging its duties and responsibilities and general support in connection with the occupational health of its employees.

- Measure performance of the service against agreed key performance indicators and provide regular activity reports to the Authorities for the purpose of management/Board reports where required;

- Provide information to support the CSU, CCG or the Authorities in the production of their annual quality account, which includes demonstrating commitments to staff in line with the NHS Constitution, where applicable.

- To provide the Authorities with an annual audit plan and provide periodic reports demonstrating actions that have been taken as a result of audit.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £255,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2021

End date

31 March 2023

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: Yes

Description of options

Option to extend for a further 12 months.

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

All professional and/or trade registrations is specified within the tender documentation.

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.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

24 February 2021

Local time

5:00pm

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: 24 May 2021

four.2.7) Conditions for opening of tenders

Date

24 February 2021

Local time

5:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

NHS Arden & GEM Commissioning Support Unit

Cardinal Square

Derby

DE1 3QT

Telephone

+44 7970633382

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

NHS Arden and GEM Commissioning Support Unit

Cardinal Square

Derby

DE1 3QT

Telephone

+44 7970633382

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

NHS Arden and GEM Commissioning Support Unit

Cardinal Square

Derby

DE1 3QT

Telephone

+44 7970633382

Country

United Kingdom