Section one: Contracting authority
one.1) Name and addresses
London Borough of Hackney
Hackney Service Centre, 1 Hillman Street
Hackney
E8 1DY
Contact
LBH Imoudu Idornigie
imoudu.idornigie@hackney.gov.uk
Telephone
+44 2083563000
Country
United Kingdom
Region code
UK - United Kingdom
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
https://procontract.due-north.com/Advert/Index?advertId=9eb82700-fdf2-ed11-8122-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=9eb82700-fdf2-ed11-8122-005056b64545
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
Occupational Health and Employee Assistance Programme
Reference number
DN666409
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
The council wishes to appoint a contractor to provide Occupational Health and Employee Assistance Programme Services to its employees from 1 January 2024. The contract term is 36 months with an option to extend for a further period of 12 months.
two.1.5) Estimated total value
Value excluding VAT: £710,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71317200 - Health and safety services
two.2.3) Place of performance
NUTS codes
- UKI41 - Hackney and Newham
two.2.4) Description of the procurement
The council wishes to appoint a contractor to provide Occupational Health and Employee Assistance Programme Services to its employees from 1 January 2024. The contract term is 36 months with an option to extend for a further period of 12 months. The successful service provider will provide a friendly, efficient service delivered by flexible, committed and professional personnel. The preferred delivery option is offsite and tenderers bids will be on this basis.
The service will actively promote the good health and well-being of employees and minimise the effects, impacts and risks of ill health in the workplace. All services will be provided to comply with relevant legislative requirements.
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: £710,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End date
31 December 2026
This contract is subject to renewal
Yes
Description of renewals
Option to extend for 1 period of 12 months.
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
16 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
16 June 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
WC2A 2LL
Country
United Kingdom