Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Occupational Health Services

  • First published: 31 July 2015
  • Last modified: 31 July 2015

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-031689
Published by:
Trivallis
Authority ID:
AA0787
Publication date:
31 July 2015
Deadline date:
10 September 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

RCT Homes is seeking to appoint a single provider to provide Occupational Health Services to support the RCT Homes Group. Our philosophy is that good health equals good business and our organisational strategy commits to creating an environment that contributes positively to peoples’ health. Our objective is to dispel the myth that illness is incompatible with being at work only if 100% fit. We support the principle that work is good for peoples’ health both physically and mentally and that work can often be therapeutic in recovery. The HR department oversee the absence management of the RCT Homes group, ensuring that all relevant information is captured and reported on for both long term and short term absence. Working alongside line managers and occupational health, HR support getting people back to work from long term absence, deal with any high levels of short term absence, and support employees if they are currently in work but need occupational health support to keep them in work. HR also support a Health surveillance programme consisting of around 100 manual workers across the RCT Homes group to ensure that all our staff are safe in the working environment and to limit the risk of exposure. There are 530 staff across the RCT Homes Group. A proportion of these staff are office based others undertake mobile working (in the field) across the RCT Borough. Additionally Grow Enterprise Wales, our social enterprise has around 40 permanent staff with around an additional 60 fixed term staff and volunteers. Homeforce our heating and electrical specialist subsidiary have 36 staff. Meadow Prospect our charitable arm has 6 staff. The Occupational Health service provider should be underpinned by the following; •Strong focus on high quality, clinically led, evidence based service •Impartial, approachable and receptive to both clients and employer •Accessible and offers depth of specialisation •Use of new technology and other innovative ways to deliver quality healthcare. The tables below illustrate the profile of OH cases in the period April 2014 to March 2015. Mental Health 24 Musculoskeletal 11 Musculoskeletal/Medical 2 Medical 28 Risk Assessment 1 Spiro Check 1 Between April 2014 and April 2015, 65 RCTH employees were referred to Occupational Health. The contract duration will be for a period of 2 years with the option to extend for a further 12 months x 2, subject to annual review and satisfactory performance. The contract will commence on 1st November 2015. The appointed supplier will hold their pricing for the duration of the contract. To meet our Value for Money Strategy we are looking for the best value and most economically advantageous supplier against our core list of items in terms of price, quality, and service. RCTH reserves the right to request supplier presentations/clarifications as part of the tender evaluation process. RCTH may request site visits to existing suppliers on-going work premises in order to observe and confirm related service/contract aspects and performance. Such visits will be mutually agreed in writing. CPV: 85100000, 85140000, 80561000, 85147000.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


RCT Homes

Ty Pennant, Mill Street

Pontypridd

CF37 2SW

UK

Procurement

Karen Field

+44 1443494434

tenders@rcthomes.co.uk


www.rcthomes.co.uk

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0787

http://www.etenderwales.bravosolution.co.uk/

http://www.etenderwales.bravosolution.co.uk/
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Occupational Health Services

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

27

II.1.2)

Main site or location of works, place of delivery or performance

Rhondda Cynon Taff



UKL15

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

RCT Homes is seeking to appoint a single provider to provide Occupational Health Services to support the RCT Homes Group. Our philosophy is that good health equals good business and our organisational strategy commits to creating an environment that contributes positively to peoples’ health.

Our objective is to dispel the myth that illness is incompatible with being at work only if 100% fit. We support the principle that work is good for peoples’ health both physically and mentally and that work can often be therapeutic in recovery. The HR department oversee the absence management of the RCT Homes group, ensuring that all relevant information is captured and reported on for both long term and short term absence. Working alongside line managers and occupational health, HR support getting people back to work from long term absence, deal with any high levels of short term absence, and support employees if they are currently in work but need occupational health support to keep them in work.

HR also support a Health surveillance programme consisting of around 100 manual workers across the RCT Homes group to ensure that all our staff are safe in the working environment and to limit the risk of exposure.

There are 530 staff across the RCT Homes Group. A proportion of these staff are office based others undertake mobile working (in the field) across the RCT Borough.

Additionally Grow Enterprise Wales, our social enterprise has around 40 permanent staff with around an additional 60 fixed term staff and volunteers.

Homeforce our heating and electrical specialist subsidiary have 36 staff.

Meadow Prospect our charitable arm has 6 staff.

The Occupational Health service provider should be underpinned by the following;

•Strong focus on high quality, clinically led, evidence based service

•Impartial, approachable and receptive to both clients and employer

•Accessible and offers depth of specialisation

•Use of new technology and other innovative ways to deliver quality healthcare.

The tables below illustrate the profile of OH cases in the period April 2014 to March 2015.

Mental Health 24

Musculoskeletal 11

Musculoskeletal/Medical 2

Medical 28

Risk Assessment 1

Spiro Check 1

Between April 2014 and April 2015, 65 RCTH employees were referred to Occupational Health.

The contract duration will be for a period of 2 years with the option to extend for a further 12 months x 2, subject to annual review and satisfactory performance.

The contract will commence on 1st November 2015.

The appointed supplier will hold their pricing for the duration of the contract.

To meet our Value for Money Strategy we are looking for the best value and most economically advantageous supplier against our core list of items in terms of price, quality, and service.

RCTH reserves the right to request supplier presentations/clarifications as part of the tender evaluation process.

RCTH may request site visits to existing suppliers on-going work premises in order to observe and confirm related service/contract aspects and performance. Such visits will be mutually agreed in writing.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.uk/search/search_switch.aspx?ID=31689

II.1.6)

Common Procurement Vocabulary (CPV)

85100000
85140000
80561000
85147000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

200000
GBP

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


(1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.

(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.

(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.

(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.

(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.

(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.

(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.

(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established

(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.

III.2.2)

Economic and financial capacity


(1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.

(2) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.




III.2.3)

Technical capacity


(1) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;

(2) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided

(3) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;

(4) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities;

(5) An indication of the proportion of the contract which the services provider intends possibly to subcontract.

(6) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.

(7) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

Yes

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

RCT032

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 10-09-2015  10:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders



 10-09-2015  10:00
RCT Homes Head Office

Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

(WA Ref:31689)

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 31-07-2015

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



RCT Homes

Ty Pennant, Mill Street

Pontypridd

CF37 2SW

UK


+44 1443494434


www.rcthomes.co.uk

II)

Address and contact points from which specifications and additional documentation may be obtained



RCT Homes

Ty Pennant, Mill Street

Pontypridd

CF37 2SW

UK


+44 1443494434


http://www.etenderwales.bravosolution.co.uk/

III)

Address and contact points to which Tenders/Requests to Participate must be sent



RCT Homes

Ty Pennant, Mill Street

Pontypridd

CF37 2SW

UK


+44 1443494434


www.rcthomes.co.uk

Coding

Commodity categories

ID Title Parent category
85147000 Company health services Miscellaneous health services
85100000 Health services Health and social work services
80561000 Health training services Health and first-aid training services
85140000 Miscellaneous health services Health services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1021 Monmouthshire and Newport
1018 Swansea

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
31 July 2015
Deadline date:
10 September 2015 00:00
Notice type:
Contract Notice
Authority name:
Trivallis
Publication date:
09 October 2015
Notice type:
Contract Award Notice
Authority name:
Trivallis

About the buyer

Main contact:
tenders@rcthomes.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.