Section one: Contracting authority
one.1) Name and addresses
Essex County Council
County Hall, Market Road
Chelmsford
CM1 1QH
Contact
Mrs S Jarrett
Country
United Kingdom
Region code
UKH3 - Essex
Internet address(es)
Main address
Buyer's address
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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