Section one: Contracting authority
one.1) Name and addresses
Buckinghamshire and Milton Keynes Fire Authority
Headquarters, Stocklake
Aylesbury
HP20 1BD
Contact
Procurement Manager
Country
United Kingdom
NUTS code
UKJ13 - Buckinghamshire CC
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/bucksfire/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Occupational Health and Related Services
Reference number
PRO-308
two.1.2) Main CPV code
- 85147000 - Company health services
two.1.3) Type of contract
Services
two.1.4) Short description
Buckinghamshire and Milton Keynes Fire Authority (BMKFA) (the Contracting Authority) wish to appoint a single Service Provider to provide the Occupational Health and Related Services, including Employee Assistance Programme. The Contracting Authority’s service delivery is managed through its Headquarters location, based at Aylesbury, Buckinghamshire, with 19 fire stations across the county. The total numbers of staff for the Contracting Authority will vary during the contract period. The staff number of 478. is based on current needs and are indicative only.
two.1.5) Estimated total value
Value excluding VAT: £280,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85147000 - Company health services
- 85141000 - Services provided by medical personnel
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKJ13 - Buckinghamshire CC
- UKJ12 - Milton Keynes
two.2.4) Description of the procurement
Buckinghamshire and Milton Keynes Fire Authority (BMKFA) (the Contracting Authority) wish to appoint a single Service Provider to provide the Occupational Health and Related Services, including Employee Assistance Programme. The Contracting Authority’s service delivery is managed through its Headquarters location, based at Aylesbury, Buckinghamshire, with 19 fire stations across the county. The total numbers of staff for the Contracting Authority will vary during the contract period. The staff number of 478 is based on current needs and are indicative only. The volume of work may fluctuate in accordance with the needs of the organisation and under-utilisation in one area may be compensated by an increase in another.The overall aims of the Occupational Health service is to promote occupational and general health to all employees of the Contracting Authority by: Promoting healthy working practices/lifestyles Providing routine medicals and management referrals Assessing and monitoring the effects of health on work, and work on health Preventing ill health arising from working practices or conditions Reducing sickness absence and ill-health retirements, including monitoring long-term and/or recurring sickness absence. Education/awareness of health and well being Rehabilitation Liaison with external specialists Undertaking pre - employment assessment /return to work assessments Random and pre-arranged substance misuse and alcohol testing The contract is due to be awarded by Jan 2022, mobilisation period up to 31 March 2022, with contract services commencing 01 April 2022 to 31 March 2025 with an option to extend up to 24 months to 31 March 2027.Total Contract Value range £280k to £300k (for a possible 5 year period).The Estimated Contract Value stated above is based on relevant economic factors including the budget available to the Contracting Authority, and wider market and category knowledge. Tender responses with a total price exceeding the Estimated Contract Value by more than 5% will be disqualified from the tender process. Bidders are reminded to carefully note this requirement of the Contracting Authority before any tender submissions.
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: £280,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2022
End date
31 March 2025
This contract is subject to renewal
Yes
Description of renewals
The contract will have an option to extend the initial term a further 24 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 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
Details are contained within the tender documents
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
Details are contained within the tender documents
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
9 November 2021
Local time
11:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
9 November 2021
Local time
11:00am
Place
Formal process within the e-tendering system
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Every 5 years
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Buckinghamshire and Milton Keynes Fire Authority
Stocklake
Aylesbury
HP20 1BD
Country
United Kingdom