Section one: Contracting authority
one.1) Name and addresses
South East Coast Ambulance Service NHS Foundation Trust
Nexus House, 4 Gatwick Road
Crawley
RH10 9BG
Contact
Please use the communication function in Bravo
Telephone
+44 1892831139
Country
United Kingdom
NUTS code
UKJ - South East (England)
Internet address(es)
Main address
Buyer's address
https://commercialsolutions.bravosolution.co.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://commercialsolutions.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://commercialsolutions.bravosolution.co.uk
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://commercialsolutions.bravosolution.co.uk
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
Occupational Health Services
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
South East Coast Ambulance Service NHS Foundation Trust (“the Authority”) employs more than 4000 staff and provides Emergency and Urgent Care Services and Out of Hours Services across Kent, Sussex and Surrey.
The Authority is issuing an invitation to tender ("ITT") in connection with a competitive procurement to secure an effective, efficient and fit for purpose Occupational Health Service that is capable of and focused on supporting the Authority’s objectives through proactive involvement with the health and wellbeing of the workforce.
The contract will be for a period of 3 years from 1 April 2023 with the option to extend for up to 2 one-year periods
A workshop for Bidders is planned for 30th August and all Bidders are recommended to attend. Confirmation of attendance (via the messaging system on Bravo) will be required by the 24th August 2022, further details can be found in the tender documentation.
two.1.5) Estimated total value
Value excluding VAT: £1,894,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
- 85140000 - Miscellaneous health services
- 85147000 - Company health services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
Main site or place of performance
Kent, Sussex and Surrey
two.2.4) Description of the procurement
Provision of an effective, efficient and fit for purpose Occupational Health Service (OHS) that is capable of and focused on supporting SECAmb’s objectives through proactive involvement with the health and wellbeing of the workforce.
Essential Requirements:
* The supplier must provide services across the Trust's 3,600 square mile geographical area - Brighton & Hove, East and West Sussex, Kent, Surrey, and North East Hampshire during the life of the Contract.
* Effective plan for the management of pre-placement processes, including assurance on meeting Department of Health and Social Care Green Book regulations for vaccinations.
* Effective plan for the management referral process, including access to a comprehensive IT portal for remote access.
* Effective plan for the provision of out of hours services for needlestick injuries.
* Effective plan for health surveillance within SECAmb, with adequate processes in place regarding the recall of staff who require periodic surveillance.
* Provision of training on how to make a referral and other tools to assist with the process such as,’ what to expect’ documents, tailored for purpose, i.e. IHR.
* Effective and timely process for transferring patient data to a new OH provider as may be required.
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: £1,894,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for up to 2 x one-year periods, at the Authority’s discretion
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 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
NHS Occupational Health accreditation
OH Physicians must be registered with the General Medical Council, Faculty of Occupational Medicine, General Practitioner Registration with a Diploma in Occupational Medicine
OH Advisors must hold a post-registration qualification in OH or have specialist Occupational Health training and experience
Occupational Therapist with Occupational Health specialism must be registered with the HCPC and membership of the Royal College of Occupational Therapy.
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
The supplier must provide services across the Trust's 3,600 square mile geographical area - Brighton & Hove, East and West Sussex, Kent, Surrey, and North East Hampshire during the life of the Contract.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 September 2022
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
14 September 2022
Local time
12:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
In order to comply with the Department of Health eProcurement Strategy and NHS paperless agenda, the Trust encourages Suppliers to submit invoices electronically via an e-Invoicing portal, Tradeshift.
You can find more information on the Tradeshift portal at
http://tradeshift.com/supplier/nhs-sbs/
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Liverpool
publicprocurementreview@cabinetoffice.gov.uk
Country
United Kingdom