Section one: Contracting authority
one.1) Name and addresses
Hornchurch Academy Trust
Whybridge Junior School, Blacksmiths Lane
Rainham
RM13 7AH
Contact
Irene Celis
irene.celis@schoolsbuyingclub.com
Telephone
+44 8452577050
Country
United Kingdom
NUTS code
UKI52 - Barking & Dagenham and Havering
National registration number
10760863
Internet address(es)
Main address
https://hornchurchacademy.org.uk/
Buyer's address
https://in-tendhost.co.uk/placegroup/aspx/Home
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/placegroup/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/placegroup/aspx/Home
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
BC-10752 Hornchurch Academy Trust EAP and OH Framework
Reference number
BC-10752
two.1.2) Main CPV code
- 71317200 - Health and safety services
two.1.3) Type of contract
Services
two.1.4) Short description
This requirement is for a new framework agreement for Occupational Health (OH) Services and Employee Assistance Programme (EAP) which is expected to be used primarily by education establishments in Havering which are listed in Attachment 1 Current Brokerage School List (subject to change) to be able to draw upon the services agreed and stipulated. It is envisaged that other neighbouring Education Establishments outside of Havering, some of whom are currently buying into the Havering Education Brokerage Service as shown in Attachment 1 Current Brokerage School List, as well as other schools that may buy in at a later or future time, may also use the framework.
two.1.5) Estimated total value
Value excluding VAT: £390,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Occupational Health (OH)
Lot No
Lot 2
two.2.2) Additional CPV code(s)
- 71317200 - Health and safety services
two.2.3) Place of performance
NUTS codes
- UKI52 - Barking & Dagenham and Havering
two.2.4) Description of the procurement
Lot 2 – Occupational Health (OH) Services, where the requirement is for a single supplier framework agreement to provide schools and settings in Havering and those outside the borough who subscribe to the Council’s Education Brokerage Service with access to Occupational Health Services.
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: £320,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 8
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
two.2) Description
two.2.1) Title
Employee Assistance Programme (EAP)
Lot No
Lot 1
two.2.2) Additional CPV code(s)
- 71317200 - Health and safety services
two.2.3) Place of performance
NUTS codes
- UKI52 - Barking & Dagenham and Havering
two.2.4) Description of the procurement
Lot 1 – Employee Assistance Programme (EAP) Services, where the requirement is for a single supplier framework agreement to provide schools and settings in Havering and those outside the borough who subscribe to the Council’s Education Brokerage Service with access to a programme of short-term counselling, support, advice and information, based on assessment of individual’s needs, providing the most appropriate therapeutic interventions to ensure that Customer requirements are met.
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: £70,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 8
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
As per the tendering documentation
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Maximum duration 4 years
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
17 October 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
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
Royal Court of Justice
Strand
London
WC2A 2LL
Country
United Kingdom