Notice Information
Notice Title
Occupational Health and Related Services - DPS
Notice 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.
Lot Information
Lot 1
Occupational Health and Related Services; including employee assistance programmes, fully managed service, eyecare services and hearing services.
Renewal: 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03c62e
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/027703-2024
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Dynamic
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
85 - Health and social work services
-
- CPV Codes
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
Notice Value(s)
- Tender Value
- £220,000,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 30 Aug 20241 years ago
- Submission Deadline
- 26 Oct 20283 years to go
- Future Notice Date
- 2 Dec 2024Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE
- Contact Name
- Not specified
- Contact Email
- supplier@crowncommercial.gov.uk
- Contact Phone
- +44 345410222
Buyer Location
- Locality
- LIVERPOOL
- Postcode
- L3 9PP
- Post Town
- Liverpool
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD7 Merseyside
- Small Region (ITL 3)
- TLD72 Liverpool
- Delivery Location
- Not specified
-
- Local Authority
- Liverpool
- Electoral Ward
- City Centre North
- Westminster Constituency
- Liverpool Riverside
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-03c62e-2024-08-30T10:40:46+01:00",
"date": "2024-08-30T10:40:46+01:00",
"ocid": "ocds-h6vhtk-03c62e",
"description": "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.",
"initiationType": "tender",
"tender": {
"id": "RM6296",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Occupational Health and Related Services - DPS",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "85100000",
"description": "Health services"
},
"mainProcurementCategory": "services",
"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.",
"value": {
"amount": 220000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Occupational Health and Related Services; including employee assistance programmes, fully managed service, eyecare services and hearing services.",
"status": "active",
"contractPeriod": {
"durationInDays": 1500
},
"hasRenewal": true,
"renewal": {
"description": "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."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85100000",
"description": "Health services"
},
{
"scheme": "CPV",
"id": "85111800",
"description": "Pathology services"
},
{
"scheme": "CPV",
"id": "85111810",
"description": "Blood analysis services"
},
{
"scheme": "CPV",
"id": "85121240",
"description": "ENT or audiologist services"
},
{
"scheme": "CPV",
"id": "85140000",
"description": "Miscellaneous health services"
},
{
"scheme": "CPV",
"id": "85141000",
"description": "Services provided by medical personnel"
},
{
"scheme": "CPV",
"id": "85141200",
"description": "Services provided by nurses"
},
{
"scheme": "CPV",
"id": "85141220",
"description": "Advisory services provided by nurses"
},
{
"scheme": "CPV",
"id": "85142100",
"description": "Physiotherapy services"
},
{
"scheme": "CPV",
"id": "85160000",
"description": "Optician services"
},
{
"scheme": "CPV",
"id": "85312300",
"description": "Guidance and counselling services"
},
{
"scheme": "CPV",
"id": "85312310",
"description": "Guidance services"
},
{
"scheme": "CPV",
"id": "85312320",
"description": "Counselling services"
},
{
"scheme": "CPV",
"id": "85312500",
"description": "Rehabilitation services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2024-12-02T00:00:00Z"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://supplierregistration.cabinetoffice.gov.uk/dps",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "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",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"techniques": {
"hasDynamicPurchasingSystem": true
},
"tenderPeriod": {
"endDate": "2028-10-27T00:00:00+01:00"
},
"secondStage": {
"invitationDate": "2024-08-30T00:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
}
},
"parties": [
{
"id": "GB-FTS-575",
"name": "The Minister for the Cabinet Office acting through Crown Commercial Service",
"identifier": {
"legalName": "The Minister for the Cabinet Office acting through Crown Commercial Service"
},
"address": {
"streetAddress": "9th Floor, The Capital, Old Hall Street",
"locality": "Liverpool",
"region": "UK",
"postalCode": "L3 9PP",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 345410222",
"email": "supplier@crowncommercial.gov.uk",
"url": "https://supplierregistration.cabinetoffice.gov.uk/dps"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"url": "https://www.gov.uk/ccs",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
}
],
"buyer": {
"id": "GB-FTS-575",
"name": "The Minister for the Cabinet Office acting through Crown Commercial Service"
},
"language": "en"
}