Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
UNIVERSITY OF SOUTHAMPTON
10007158
HIGHFIELD CAMPUS,UNIVERSITY ROAD
SOUTHAMPTON
SO171BJ
UK
Contact person: Rosie Pringle
Telephone: +44 2380595000
E-mail: procurement@soton.ac.uk
NUTS: UKJ32
Internet address(es)
Main address: https://www.southampton.ac.uk/
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Occupational Health Services and Supplementary Services
Reference number: 2023UoS-1095
II.1.2) Main CPV code
85140000
II.1.3) Type of contract
Services
II.1.4) Short description
The University of Southampton is looking to enter into an Eight (8) year contract for the provision of Occupational Health Services for both Staff and Students.
The Provider shall deliver the services that support the University of Southampton in meeting the objectives of:
• Meeting legislative requirements and maintaining duty of care to staff
• Ensuring fitness to work and/or fitness to practice of staff and students.
• Performing inoculations and vaccinations
• The provision of counselling
• Promoting physical and mental wellbeing amongst staff and students to optimise attendance, engagement, resilience, and performance.
• Supporting staff and students with illness, injury or other medical or health requirements assisting in the prevention of health-related problems amongst the University of Southampton' staff and students as a result of their activities and providing assistance in the treatment of any such problems.
• Assisting the University of Southampton to reduce levels of sickness absence.
• Identifying trends in work-related absence and prioritising and tackling significant health and wellbeing-related issues.
The Provider shall at the point of tendering hold Safe Effective Quality Occupational Health Service ('SEQOHS') accreditation or equivalent and this must be maintained for the duration of the contract. It is a requirement that the provider will ensure that any services conducted under the Contract meet the requirements of all relevant legislation, regulations, guidelines, and standards current at the time of delivery. This includes all Care Quality Commission (CQC) and Department for Education (DfE) standards applicable to the services.
The University currently retains an in-house Occupational Health Manager to maintain the triage system, filtering OH requests ahead of referral to the external Provider. The Provider will be required to understand and operate in accordance with this process.
The estimated Contract Value is in the region of £6,000,000 - £10,000,000 GBP (excluding VAT). It is expected that spend will gradually grow over the first few months of the contract and that additional services outlined in the spec may be added in over the course of the contract. Further details on anticipated spend can be found in File 2 of the tender pack.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
8 000 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
85120000
85142100
85147000
85149000
85312300
85312310
85312320
85312500
85312510
98200000
II.2.3) Place of performance
NUTS code:
UKJ3
Main site or place of performance:
Highfield Campus:
University Road, Southampton, Hampshire SO17 1BJ
Whilst a large proportion of the service requirement can be conducted online , Immunization and Vaccinations administration for example will need to be conducted in person.
II.2.4) Description of the procurement
The essential services required are Pre-employment health assessments, Pre-enrolment health assessments, Occupational Health referrals, Health Surveillance, Pathology Services, Immunisation and Vaccination services, Work accident and Injury management. The desirable services included in the tender are Specialist immunisations and travel advice, Workstation and workplace assessments, Assistance and other specialist referrals and counselling.
This procurement process is being conducted as a Restricted procedure; consisting of both Selection and Invitation to Tender stages.
Stage 1 - Selection Stage: An overall pass mark of 50 % shall apply to this stage. The intention is to arrive at a shortlist of a maximum of five qualified potential suppliers for formal invitation to tender. The maximum number of qualified potential suppliers will be based on the top five scores achieved. Where more than the maximum number of potential suppliers have achieved a top five score (i.e. a tie), all of those potential suppliers will be invited to the Invitation to Tender stage.
Stage 2 - Invitation to Tender (ITT) stage - A maximum of 5 qualified tenderers will be invited to submit formal tenders at this stage
II.2.5) Award criteria
Quality criterion: Desirable Services
/ Weighting: 12
Quality criterion: Business Context and Awareness
/ Weighting: 13
Quality criterion: Adaptability of Service/ Continuous Improvement
/ Weighting: 10
Quality criterion: Data Protection
/ Weighting: 5
Quality criterion: Demonstration Response
/ Weighting: 10
Quality criterion: Management of Communications
/ Weighting: 10
Price
/ Weighting:
30
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
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-003923
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
14/08/2024
V.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
TP Health Limited
05770728
20 Grosvenor Place,
London
SW1X 7HN
UK
NUTS: UKI
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 8 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
University of Southampton
procurement@soton.ac.uk
Southampton
SO17 1BJ
UK
E-mail: procurement@soton.ac.uk
VI.5) Date of dispatch of this notice
20/08/2024