Tender

The Provision of Occupational Health Services

  • Network Rail Infrastructure Ltd

F05: Contract notice – utilities

Notice identifier: 2022/S 000-027753

Procurement identifier (OCID): ocds-h6vhtk-0310da

Published 3 October 2022, 5:37pm



Section one: Contracting entity

one.1) Name and addresses

Network Rail Infrastructure Ltd

1 Eversholt Street

London

NW1 2DN

Contact

Martin Diggines

Email

Martin.Diggines@networkrail.co.uk

Telephone

+44 1908781000

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.networkrail.co.uk

Buyer's address

www.networkrail.co.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://networkrail.bravosolution.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://networkrail.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://networkrail.bravosolution.co.uk/

one.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

The Provision of Occupational Health Services

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

Network Rail is looking to award a framework contract for the provision of occupational health services to support the Occupational Health and Wellbeing vision for Network Rail. The technical specification includes (but is not limited to) the following key requirements:

• Occupational health physician services;

• OH nurse/ advisor services;

• Specialist services;

• Other services – including (but not limited to) Sharps line: 24/7 helpline for employees exposed to a needle stick injury and a medication enquiry line;

• Drugs and Alcohol testing – pre-placement and periodic drugs and alcohol testing;

• Account and contract management; and

• Management Information and reporting

two.1.5) Estimated total value

Value excluding VAT: £6,880,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

National

two.2.4) Description of the procurement

Network Rail is looking to award a framework contract for the provision of occupational health services to support the Occupational Health and Wellbeing vision for Network Rail. The technical specification includes (but is not limited to) the following key requirements:

• Occupational health physician services;

• OH nurse/ advisor services;

• Specialist services;

• Other services – including (but not limited to) Sharps line: 24/7 helpline for employees exposed to a needle stick injury and a medication enquiry line;

• Drugs and Alcohol testing – pre-placement and periodic drugs and alcohol testing;

• Account and contract management; and

• Management Information and reporting

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: £6,880,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The framework term will be three years with the option of a further one year.

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Network Rail will select a shortlist of 5 Candidates for ITT from the highest scoring compliant PQQ responses.

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.1.2) 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

Negotiated procedure with prior call for competition

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

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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-002624

four.2.2) Time limit for receipt of tenders or requests to participate

Date

2 November 2022

Local time

3:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

9 January 2023

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)


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

The High Court of England & Wales

7 Rolls Building, Fetter Lane

London

Country

United Kingdom