Section one: Contracting authority
one.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 345410222
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main 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://supplierregistration.cabinetoffice.gov.uk/dps
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://supplierregistration.cabinetoffice.gov.uk/dps
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 - DPS
Reference number
RM6296
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
CCS intends to set up a Dynamic Purchasing System (DPS) for the provision of Occupational Health and Related Services; including occupational health, employee assistance programmes, fully managed service, eyecare services and hearing services. Available to the public sector, wider public sector and third sector.
This DPS will be procured under the Light Touch Regime (LTR), and will subject to limited regulations, in accordance with Regulations 74-77 PCR 2015 and at Schedule 3 - Social and Other Specific Services.
two.1.5) Estimated total value
Value excluding VAT: £220,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85100000 - Health services
- 85111800 - Pathology services
- 85111810 - Blood analysis services
- 85121240 - ENT or audiologist services
- 85140000 - Miscellaneous health services
- 85141000 - Services provided by medical personnel
- 85141200 - Services provided by nurses
- 85141220 - Advisory services provided by nurses
- 85142100 - Physiotherapy services
- 85160000 - Optician services
- 85312300 - Guidance and counselling services
- 85312310 - Guidance services
- 85312320 - Counselling services
- 85312500 - Rehabilitation services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Occupational Health and Related Services; including employee assistance programmes, fully managed service, eyecare services and hearing services.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
50
This contract is subject to renewal
Yes
Description of renewals
Buyers may enter into a contract with a Supplier for a period of their determining which may exceed the RM6296 Occupational Health and Related Services DPS, should this agreement be terminated at any time. The flexibility of the contracting period allows Buyers to determine appropriate contracting timelines required to enable the Supplier to meet Buyers needs.
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
Suppliers will be assessed on their response to the selection criteria in their request to participate for a place on the RM6296 – Occupational Health DPS. The procurement bid pack and registration details can be accessed via the following URL address
https://supplierregistration.cabinetoffice.gov.uk/dps
and clicking on Access as a Supplier
Please read the DPS Needs document first for a full overview of the procurement process and read the instructions carefully. To register for the RM6296 – Occupational Health and Related Services DPS please select the ‘Access as a Supplier’ link which can be located at the URL address above. An example of how to register for the DPS platform can be found at the following YouTube generic guide
https://www.youtube.com/watch?v=1gMaIEIqEyY&authuser=0
Please note that to register you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering and who will be entering into a contract if invited to do so. The procurement will be managed electronically via CCS. The value provided in Section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this DPS Agreement. This procurement offering does not guarantee any minimum spend and there will be no form of exclusivity or volume guarantee under this DPS. As part of this contract notice the bid pack and the following documents can be accessed at the link provided below:
1) Contract notice authorised customer list;
2) Rights reserved for CCS DPS Agreement.
3) DPS Bid Pack
4) DPS Contract Notice Transparency Information for Crown Commercial Service Framework Agreement
As part of this contract notice the following documents can be accessed at https://www.contractsfinder.service.gov.uk/Notice/96aadde2-38aa-4ca0-b50e-4ec59af6cded
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.2.3) 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
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-012743
four.2.2) Time limit for receipt of tenders or requests to participate
Date
27 October 2028
Local time
12:00am
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
30 August 2024
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.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 accordance with the Procurement Act 2023, a Dynamic Purchasing Agreement (DPS) established under the Public Contracts Regulations (PCR) 2015 must end by 27 October 2028, or as stated when it was established, whichever is earlier. This is four years after the new regime comes into effect. Therefore, the intended duration period of the RM6296 DPS Agreement is for four (4) years and one (1) month and 27 days.
The value provided in Section II.1.5) is only an estimate. The Authority cannot guarantee to suppliers any business through this DPS Agreement. The Authority expressly reserves the right:
(i) not to award any DPS Agreement as a result of the procurement process commenced by publication of this notice; and
(ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the customer be liable for any costs incurred by the suppliers.
(iii) to make changes to the management charge applicable to this DPS in relation to both the percentage charged and the methodology used.
We consider that the Transfer of Undertakings (Protection of Employment) Regulations 2006 ("TUPE") may apply at the call for competition.
It is the Supplier’s responsibility to take their own advice and consider whether TUPE is likely to apply in the particular circumstances of the contract and to act accordingly.
On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact on this requirement. The link below to Gov.uk provides information on the GSC at:
https://www.gov.uk/government/publications/government-security-classifications.
Cyber Essentials is a mandatory requirement for central government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.
Some purchases under this DPS Agreement may have requirements that can be met under this DPS Agreement but the purchase of which may be exempt from the Regulations (as defined in READ FIRST RM6296 DPS Needs within the invitation to tender documentation). In such cases, Call-offs from this DPS will be unregulated purchases for the purposes of the Procurement Regulations, and the Buyers may, at their discretion, modify the terms of the DPS and any Call-off Contracts to reflect that Buyer’s specific needs.
six.4) Procedures for review
six.4.1) Review body
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 345410222
Country
United Kingdom