Tender

CO0334 Occupational Health Services

  • Essex County Council

F02: Contract notice

Notice identifier: 2023/S 000-012572

Procurement identifier (OCID): ocds-h6vhtk-03c5c9

Published 2 May 2023, 4:55pm



Section one: Contracting authority

one.1) Name and addresses

Essex County Council

County Hall, Market Road

Chelmsford

CM1 1QH

Contact

Mrs S Jarrett

Email

sophie.jarrett@essex.gov.uk

Country

United Kingdom

Region code

UKH3 - Essex

Internet address(es)

Main address

https://www.essex.gov.uk/

Buyer's address

https://www.essex.gov.uk/

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

www.procontract.due-north.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.procontract.due-north.com

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

CO0334 Occupational Health Services

Reference number

DN666750

two.1.2) Main CPV code

  • 85147000 - Company health services

two.1.3) Type of contract

Services

two.1.4) Short description

The purpose of this procurement opportunity for an Occupational Health Service is to secure a high-quality Provider that can deliver a comprehensive Occupational Health service that meets the requirements. The Provider will be expected to provide a range of services aimed at meeting the service needs, common law, and statutory duties of care for the health, safety and wellbeing of ECC's workforce.

These services should include at a minimum, management referrals, health surveillance, ill health retirement, and advice and support for managers, employees, and HR personnel on occupational health issues.

The Provider should have a strong track record of delivering Occupational Health services and be able to demonstrate expertise in areas such as a range of mental and physical health needs, data management, and proactive health monitoring. The aim is to secure so far as is reasonably practicable the promotion and maintenance of the highest degree of wellbeing of ECC’s employees during their employment.

two.1.5) Estimated total value

Value excluding VAT: £650,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

The purpose of this procurement opportunity for an Occupational Health Service is to secure a high-quality Provider that can deliver a comprehensive Occupational Health service that meets the requirements. The Provider will be expected to provide a range of services aimed at meeting the service needs, common law, and statutory duties of care for the health, safety and wellbeing of ECC's workforce.

These services should include at a minimum, management referrals, health surveillance, ill health retirement, and advice and support for managers, employees, and HR personnel on occupational health issues.

The Provider should have a strong track record of delivering Occupational Health services and be able to demonstrate expertise in areas such as a range of mental and physical health needs, data management, and proactive health monitoring. The aim is to secure so far as is reasonably practicable the promotion and maintenance of the highest degree of wellbeing of ECC’s employees during their employment.

The service will be required to cover employees who work for ECC across Essex, as the organisation is a hybrid working organisation, and in line with our Ways of Working programme, employees work a range of remote and flexible working patterns based on their ‘workstyle’ (anywhere worker, community-based worker, fixed-based worker and operational field-based worker) which also means they work from multiple locations. As such, the service will need to be designed to accommodate remote working arrangements, with most of the provision delivered virtually.

Services:

Management Referrals for Occupational Health Assessments

Pre-Employment Escalations

Ill Health Retirement

Case Conferences, Other Attendance and Advice

Health Surveillance

Specific Types of Assessment, e.g. workstation and stress

Publicity and Health Promotion

Further details can be found in the project specification.

Please note that Employee Assistance Programmes are not included in this tender.

The Agreement will be for an initial period of 38 months commencing 1st July 2023 until 31st August 2026 with an option to extend for a period of up to 24 months in total.

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: £650,000

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

Duration in months

38

This contract is subject to renewal

Yes

Description of renewals

There is an option to extend for a period of up to 24 months in total. It is likely that these services would be re-tendered before expiry.

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 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

1 June 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

2 June 2023

Local time

1:00pm


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

High Court, Royal Courts of Justice

London

WC2A 2LL

Country

United Kingdom