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 Award Notice

Occupational Health Services and Supplementary Services

  • First published: 21 August 2024
  • Last modified: 21 August 2024
  • Record interest

     

  • 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)

Contents

Summary

OCID:
ocds-h6vhtk-0437a2
Published by:
University of Southampton
Authority ID:
AA20936
Publication date:
21 August 2024
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
85147000 Company health services Miscellaneous health services
85312320 Counselling services Social work services without accommodation
98200000 Equal opportunities consultancy services Other community, social and personal services
85312300 Guidance and counselling services Social work services without accommodation
85312310 Guidance services Social work services without accommodation
85120000 Medical practice and related services Health services
85140000 Miscellaneous health services Health services
85149000 Pharmacy services Miscellaneous health services
85142100 Physiotherapy services Paramedical services
85312500 Rehabilitation services Social work services without accommodation
85312510 Vocational rehabilitation services Social work services without accommodation

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:
procurement@soton.ac.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.