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 and Wellbeing Services

  • First published: 04 August 2023
  • Last modified: 04 August 2023
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-03ecb3
Published by:
ARRIVA UK TRAINS LIMITED
Authority ID:
AA82659
Publication date:
04 August 2023
Deadline date:
31 August 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Nurse-led Occupational Health Triage & Hub.

The provision needs to be able to service all our locations across England, Wales & Scotland.

First point of contact responsible for receiving, reviewing and triaging all ill-health/fitness to work referrals. Includes the assessment, advice and guidance on a wide range of medical and health and wellbeing issues, including pre-employment screening/medicals requirement, sickness referrals/medical assessments, health surveillance and screening, immunisation/vaccinations, general health guidance and advice, health and wellbeing promotions, and early-intervention support to prevent ill-health, specifically for physiotherapy, workplace ergonomic support, and clinical psychology.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

ARRIVA UK TRAINS LIMITED

03166214

1 Admiral Way, Doxford International Business Park

Sunderland

SR3 3XP

UK

Contact person: AUKT Procurement

Telephone: +44 7976912100

E-mail: occupationalhealthtender@arriva.co.uk

NUTS: UKC2

Internet address(es)

Main address: www.arriva.co.uk

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

www.marketdojo.com


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.marketdojo.com


I.4) Type of the contracting authority

Other: Private Limited Company

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Occupational Health and Wellbeing Services

Reference number: AUKT/RFP/OH/082023

II.1.2) Main CPV code

85147000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Private Procurement is being conducted for the provision of Occupational Health and Wellbeing.

II.1.5) Estimated total value

Value excluding VAT: 2 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Nurse-led Occupational Health Triage & Hub

II.2.2) Additional CPV code(s)

85147000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

UKM

II.2.4) Description of the procurement

Nurse-led Occupational Health Triage & Hub.

The provision needs to be able to service all our locations across England, Wales & Scotland.

First point of contact responsible for receiving, reviewing and triaging all ill-health/fitness to work referrals. Includes the assessment, advice and guidance on a wide range of medical and health and wellbeing issues, including pre-employment screening/medicals requirement, sickness referrals/medical assessments, health surveillance and screening, immunisation/vaccinations, general health guidance and advice, health and wellbeing promotions, and early-intervention support to prevent ill-health, specifically for physiotherapy, workplace ergonomic support, and clinical psychology.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

This would be subject to commercial and performance criteria being achieved.

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Core Occupational Health - ORR-Registered

II.2.2) Additional CPV code(s)

85147000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

UKM

II.2.4) Description of the procurement

Core Occupational Health - ORR-Registered

The provision needs to be able to service all our locations across England, Wales & Scotland.

The provision of medical examinations in line with Train Driving Licences and Certificates Regulations 2010, (or the latest legislation as issued by the ORR), and the assessment, advice and guidance on complex medical and health and wellbeing issues, supervised by doctors on the ORR register of recognised doctors.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

This would be subject to commercial and performance criteria being achieved.

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Drug and Alcohol Testing

II.2.2) Additional CPV code(s)

85147000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

UKM

II.2.4) Description of the procurement

Drug and Alcohol Testing.

The provision needs to be able to service all our locations across England, Wales & Scotland.

Approved Drug and Alcohol tester offering a flexible provision of 'For cause' and random Drugs and Alcohol testing in line with regulatory requirements, including access to a team of competent and appropriately qualified experts to provide timely online and telephonic support service, and a 24-hour medication enquiry service to provide information for managers on employee suitability and fitness to undertake safety critical roles whilst taking medication.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

This would be subject to commercial and performance criteria being achieved.

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

Mental Health

II.2.2) Additional CPV code(s)

85147000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

UKM

II.2.4) Description of the procurement

Mental Health.

The provision needs to be able to service all our locations across England, Wales & Scotland.

Mental Health Partner providing flexible employee assistance solutions, including Clinical Psychology Support (e.g., trauma, PTSD or incident debriefing) Financial advice, and legal advice including but not solely signpost. Formats to include remote telephonic support, use of IT video management e.g., teams/zoom and face to face options.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

This would be subject to commercial and performance criteria being achieved.

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 5

II.2.1) Title

Physiotherapy/MSK

II.2.2) Additional CPV code(s)

85147000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

UKM

II.2.4) Description of the procurement

Physiotherapy/MSK.

The provision needs to be able to service all our locations across England, Wales & Scotland.

Physiotherapy/ MSK Partner responsible for the provision of Physiotherapy/ MSK support including the assessment of and guidance on complex cases or where health impacts on statutory requirements. Formats to include remote telephonic support, use of IT video management e.g., teams/zoom and face to face support.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

This would be subject to commercial and performance criteria being achieved.

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 6

II.2.1) Title

Health Surveillance

II.2.2) Additional CPV code(s)

85147000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

UKM

II.2.4) Description of the procurement

Health Surveillance.

The provision needs to be able to service all our locations across England, Wales & Scotland.

Health Surveillance Partner responsible for the provision of a compliant rolling health surveillance programme across all UK sites, working in partnership with Health & Safety and HR teams, to ensure Health Surveillance compliant.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

This would be subject to commercial and performance criteria being achieved.

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

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

Date: 31/08/2023

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Arriva UK Trains

London

UK

E-mail: occupationalhealthtender@arriva.co.uk

VI.5) Date of dispatch of this notice

03/08/2023

Coding

Commodity categories

ID Title Parent category
85147000 Company health services Miscellaneous health services

Delivery locations

ID Description
100 UK - All

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.

About the buyer

Main contact:
occupationalhealthtender@arriva.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.