An official website of the European Union

369661-2016 - Competition

Notice View

Summary

2016-OJS204-369661-en
I.1.
Name and addresses
Official name: University of Surrey
Postal address: Senate House, Stag Hill
Town: Guildford
Postal code: GU2 7XH
Country: United Kingdom
Contact person: https://in-tendhost.co.uk/universityofsurrey/aspx/Home
Internet address(es):
General address of the contracting authority: www.surrey.ac.uk
Additional information can be obtained from:
the abovementioned address
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
the abovementioned address
Tenders or requests to participate must be submitted: the abovementioned address
II.1.6.
CPV code(s)
71317200 Health and safety services, 85140000 Miscellaneous health services, 75122000 Administrative healthcare services, 85100000 Health services, 85147000 Company health services
Description
Health and safety services.
Miscellaneous health services.
Administrative healthcare services.
Health services.
Company health services.
IV.3.4.
Time limit for receipt of tenders or requests to participate
19.10.2026
IV.3.6.
Languages in which tenders or requests to participate may be submitted
English.

Languages and formats

Official language (Signed PDF)

BG
CS
DA
DE
EL
ES
ENDownload the signed pdf
ET
FI
FR
GA
HR
HU
IT
LT
LV
MT
NL
PL
PT
RO
SK
SL
SV

PDF

BGDownload the pdf
CSDownload the pdf
DADownload the pdf
DEDownload the pdf
ELDownload the pdf
ESDownload the pdf
ENDownload the pdf
ETDownload the pdf
FIDownload the pdf
FRDownload the pdf
GADownload the pdf
HRDownload the pdf
HUDownload the pdf
ITDownload the pdf
LTDownload the pdf
LVDownload the pdf
MTDownload the pdf
NLDownload the pdf
PLDownload the pdf
PTDownload the pdf
RODownload the pdf
SKDownload the pdf
SLDownload the pdf
SVDownload the pdf

Machine translation HTML

BG
CS
DA
DE
EL
ES
EN
ET
FI
FR
GA
HR
HU
IT
LT
LV
MT
NL
PL
PT
RO
SK
SL
SV

Notice

Official languageHelp icon
2016-OJS204-369661-en
369661-2016 - CompetitionUnited Kingdom-Guildford: Health and safety services
OJ S 204/2016 21/10/2016
Contract notice
Services

Directive 2004/18/EC

Section I: Contracting authority

I.1.
Name and addresses
Official name: University of Surrey
Postal address: Senate House, Stag Hill
Town: Guildford
Postal code: GU2 7XH
Country: United Kingdom
Contact person: https://in-tendhost.co.uk/universityofsurrey/aspx/Home
Internet address(es):
General address of the contracting authority: www.surrey.ac.uk
Additional information can be obtained from:
the abovementioned address
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
the abovementioned address
Tenders or requests to participate must be submitted: the abovementioned address
I.2.
Type of the contracting authority
Body governed by public law
I.3.
Main activity
Education
I.4.
Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: 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 Dynamic Purchasing System.
II.1.2.
Type of contract and place of performance or delivery
Services
Service category No 27: Other services
Main site or place of performance: Guildford, Surrey.
NUTS code UKJ23 Surrey
II.1.3.
Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
II.1.4.
Information about framework agreement
II.1.5.
Short description of the contract or purchase(s)
The University of Surrey (‘the University’) is pleased to invite suitably qualified organisations to apply to join this Dynamic Purchasing System for the provision of Occupational Health (‘OH’) Physicians in accordance Regulation 34 of the Public Contract Regulations 2015.
The Robens Centre for Occupational Health and Safety (the Robens) is a wholly owned enterprise unit of the University of Surrey. As such it is a small to medium sized OH service provider to a number of customer organisations, mainly in London and the South East of England. Many of Robens customers require a regular OH Adviser input and, to supplement their skills, the Occupational Physician may work across several customer organisations.
The Robens customer portfolio is largely Higher Education Institutions with local authority, public sector and healthcare also represented. The Robens also runs a very successful travel health clinic at its Guildford site for business and leisure travellers.
As an Enterprise Unit, Robens is actively seeking opportunities to expand its portfolio of clients both in terms of geographical location and services required, and therefore the purpose of this Dynamic Purchasing System (DPS) is to;
— Establish a list of suitably qualified professional OH practitioners who will be able to support Robens in achieving its objective, and
— To encourage locally based SME's, as well as larger organisations, to work with Robens to deliver services to their Clients.
The University of Surrey is a charitable body, registered in England, with registration number X3967.
This tender has been issued by the University in accordance with Regulation 34 (Dynamic Purchasing Systems — ‘DPS’) of the Public Contracts Regulations 2015.
This DPS will run continuously from the award date for a minimum of 6 (six) years, when it will be reviewed to assess whether it is still relevant to the needs of the University. Where the DPS is considered relevant, it will continue in force, subject to 2 year reviews, for a total period of 10 (ten) years. Where the DPS requires substantial change or amendment, a new contract notice will be issued and the DPS will be refreshed. In any event the DPS will expire after a period of 10 (ten) years from the date of award.
II.1.6.
CPV code(s)
71317200 Health and safety services, 85140000 Miscellaneous health services, 75122000 Administrative healthcare services, 85100000 Health services, 85147000 Company health services
II.1.7.
Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
II.1.8.
Lots
This contract is divided into lots: no
II.1.9.
Information about variants
Variants will be accepted: no
II.2.
Scope of the procurement
II.2.1.
Total quantity or scope
The estimated annual spend, based on 2015/16 data is shown below.
Estimated value excluding VAT:

Range: between 80 000 and 100 000 GBP

II.2.2.
Information about options
Options: yes
Description of options: The DPS will remain open for an initial period of 6 (six) years with options to extend for 2 further 2 (two) year periods. Maximum duration for the DPS will therefore be 10 (ten) years.

Provisional timetable for recourse to these options:

in months: 36 (from the award of the contract)
II.2.3.
Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 2
II.3.
Duration of the contract or time limit for completion
Duration in months: 120 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1.
Conditions related to the contract
III.1.1.
Deposits and guarantees required
N/a.
III.1.2.
Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
A payment schedule will be agreed for each contract let under this DPS. Payment terms 30 in arrears.
III.1.3.
Legal form to be taken by the group of economic operators to whom the contract is to be awarded
N/a.
III.1.4.
Contract performance conditions
The performance of the contract is subject to particular conditions: no
III.2.
Conditions for participation
III.2.1.
Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions: Is detailed in DPS Documents.
III.2.2.
Economic and financial ability
List and brief description of conditions: Is detailed in DPS Documents.
Minimum level(s) of standards possibly required: Is detailed in DPS Documents.
III.2.3.
Technical and professional ability
List and brief description of conditions:
Is detailed in DPS Documents.
Minimum level(s) of standards possibly required:
Is detailed in DPS Documents.
III.2.4.
Information about reserved contracts
III.3.
Conditions specific to services contracts
III.3.1.
Information about a particular profession

Execution of the service is reserved to a particular profession: yes

Reference to the relevant law, regulation or administrative provision: Is detailed in DPS Documents.
III.3.2.
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: no

Section IV: Procedure

IV.1.
Type of procedure
IV.1.1.
Type of procedure

Restricted

IV.1.2.
Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates: As this is a DPS, the number of candidates is not limited, other than the requirement to meet the minimum criteria stated in the DPS documents.
IV.1.3.
Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.2.
Award criteria
IV.2.1.
Award criteria
The most economically advantageous tender in terms of Price is not the only award criterion and all criteria are stated only in the procurement documents
IV.2.2.
Information about electronic auction
An electronic auction will be used: no
IV.3.
Administrative information
IV.3.1.
File reference number attributed by the contracting authority
390/PL
IV.3.2.
Previous publication concerning this procedure
no
IV.3.3.
Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4.
Time limit for receipt of tenders or requests to participate
19.10.2026
IV.3.5.
Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6.
Languages in which tenders or requests to participate may be submitted
English.
IV.3.7.
Minimum time frame during which the tenderer must maintain the tender
IV.3.8.
Conditions for opening of tenders
Date: 19.10.2026

Section VI: Complementary information

VI.1.
Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 6 years. Section II.2.2) refers.
VI.2.
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
VI.3.
Additional information
VI.4.
Procedures for review
VI.4.1.
Review body
VI.4.2.
Review procedure
VI.4.3.
Service from which information about the review procedure may be obtained
VI.5.
Date of dispatch of this notice
19.10.2016