Opportunity

985B_23 Occupational Health Services

  • ESPO

F02: Contract notice

Notice reference: 2023/S 000-007013

Published 10 March 2023, 10:25am



Section one: Contracting authority

one.1) Name and addresses

ESPO

Barnsdale Way, Grove Park, Enderby

LEICESTER

LE19 1ES

Contact

Corporate Solutions Procurement Team

Email

tenders@espo.org

Country

United Kingdom

NUTS code

UKF22 - Leicestershire CC and Rutland

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.espo.org/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.eastmidstenders.org/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.eastmidstenders.org/

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Other activity

Local Authority Services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

985B_23 Occupational Health Services

Reference number

985B_23

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

ESPO is seeking to establish a framework agreement with a number of Service Providers for the provision of occupational health services. The framework will cover a range of services from general occupational health services to Employee Assistance Programmes such as pre-employment assessments, absence management, immunisation programmes, blood tests, vaccinations and confidential support and counselling.

To tender: (a) Go to https://www.eastmidstenders.org/; (b) Register (if not already registered on ProContract); (c) Search for tender opportunity '985B_23' (via "View Opportunities" from the 'EastMidsTenders' Portal); (d) Express an interest; (e) Download the tender from the website (documents can be found in the first question of the Online Questionnaire, but to see these you will first need to click on "Start my response" followed by "Edit" next to the Question set, and "Answer question" next to the first question).

Note: This is a retender of 985_23 Occupational Health Services (see original Contract notice reference 2022/S 000-034307 published 5 December 2022, and the subsequent Contract award notice - not awarded - reference 2023/S 000-006634 published 7 March 2023).

Summary changes from original ITT are as follows:

Removal from Lot 1 pricing schedule of the "EAP comprehensive and individual services" from the mandatory services tenderers must provide. Lot 1 tenderers may choose to provide pricing for EAP as an optional extra service, this will not be evaluated.

two.1.5) Estimated total value

Value excluding VAT: £100,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1 - General Occupational Health Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 85140000 - Miscellaneous health services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot requires Service Providers to provide employers with a comprehensive range of occupational health services that will allow employers to support the health, safety and welfare of their employees in the working environment.

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: £70,000,000

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

Start date

1 July 2023

End date

30 June 2025

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

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.

two.2) Description

two.2.1) Title

Lot 2 - Employee Assistance Programmes

Lot No

2

two.2.2) Additional CPV code(s)

  • 85140000 - Miscellaneous health services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot requires Service Providers to provide employers with a comprehensive range of Employee Assistance Programme services that will allow employers to support the mental health, safety, and welfare of their employees in the working environment.

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: £30,000,000

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

Start date

1 July 2023

End date

30 June 2025

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

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Throughout the duration of the framework, ESPO shall monitor the Supplier's financial standing against the Suppliers initial financial positioning on the commencement date of the framework. If a Suppliers financial standing falls below the position recorded on the commencement date, ESPO will raise this with Suppliers and discuss the circumstances round this.

MI (Management information) for the framework will be collected every 3 months by the Contract Support Officer (CSO). The CSO will also maintain checks to ensure that any relevant insurances continued to be held.

Social Value will be assessed and monitored by the framework manager; Suppliers will be expected to demonstrate social value initiatives throughout the lifetime of the framework.


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 several operators

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

11 April 2023

Local time

12:00pm

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

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

11 April 2023

Local time

12:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

As a Central Purchasing Body as defined in the Public Contracts Regulations 2015, the Framework Agreement is open for use by Public Bodies (defined at https://www.espo.org/amfile/file/download/file/9608/) that also fall into one of the following classifications of user throughout all administrative regions of the UK: Local Authorities; Educational Establishments (including Academies); Central Government Departments and Agencies; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; The Corporate Office of the House of Lords, The Corporate Officer of the House of Commons; or any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Details of the classification of end user establishments and geographical areas are available at: https://www.espo.org/legal.

ESPO has established a commercial trading company, ESPO Trading Limited, whose target clients are third sector organisations such as national and local charities, public sector mutual organisations and other organisations involved in the delivery of services to or for the public sector. The successful Supplier may be asked to enter into an additional separate framework agreement (the Second Framework) with ESPO Trading Limited on materially similar terms to that found in the tender pack to be entered into by ESPO itself.

Any Second Framework agreement will be a purely commercial agreement and will, for the avoidance of doubt, not be governed by the Public Contract Regulations 2015 or other public procurement legislation. ESPO Trading Limited may enter into the second framework agreement with the successful supplier and make it available to third sector clients who themselves are not required to follow the Public Contracts Regulations 2015 or other public procurement legislation. Accordingly, this is provided for bidders information only.

An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.

six.4) Procedures for review

six.4.1) Review body

The Royal Court of Justice

The Strand

LONDON

WC2A 2LL

Country

United Kingdom

Internet address

https://www.justice.gov.uk/

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

ESPO will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by ESPO as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2105 No. 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.