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: 22 July 2023
  • Last modified: 22 July 2023

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-03e44a
Published by:
MERSEYRAIL ELECTRICS 2002 LIMITED
Authority ID:
AA80896
Publication date:
22 July 2023
Deadline date:
07 August 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

We require the successful bidder to allocate a specific team to deal with our cases. The clinical team should be led by a qualified medical Doctor who has accreditation with the Office of Rail and Road (ORR) and a qualification in Occupational Health. Our line managers and/or HR team will require access to the ORR Registered Doctor to discuss individual cases in order to clarify advice or obtain further information. Delivery of the OH service will be from Merseyrail's Offices at Rail House in Liverpool. At present the OH facilities in Rail House are located on the 4th floor. There are other suppliers providing other services who will also have offices on the floor such as counselling, physiotherapy, and psychology. As part of the response to the tender we are asking bidders to make a fixed monthly contribution to the maintenance costs which will be listed within Appendix 6 - Occupational Health pricing schedule, this will also be discussed further at tender clarification meetings.

We expect to be able to build a positive relationship with the team so that they have an understanding of our needs as a client. The Occupational Health service provision must actively support our absence management procedure which can be found as an attachment within the Tender. This includes a positive approach to enabling staff with ongoing health conditions to continue to work or return to work, supported by a phased return and/or reasonable adjustments, where appropriate, in line with our responsibilities under the Equalities Act 2010.

The OH provider is required to include within the provision of their services, as a minimum, but is not limited to:

• A specified Account Manager;

• Case management;

• Maintenance of medical records relating to referrals;

• Access to advice from a specified ORR Registered OH Doctor;

• Telephone support for advice and information relating to the provision of the service and individual cases;

• Appointments with suitably qualified ORR Registered OH Doctor at Rail House;

• Liaison with GPs, Consultants or other medical practitioners who have been treating our staff, where this is appropriate;

• Post referral reports that provide a clear prognosis and advice;

• On-site workstation assessments (Ergonomics) for staff who have medical conditions that may be linked to their workstation environment;

• Input into our intranet providing advice on health matters and with sign-posting to other appropriate websites;

• An electronic OH management system;

• Electronic real time management reporting information;

• Information and advice on both general health issues and specific health related events which could have a detrimental effect to our staff and service delivery, eg: norovirus etc.;

• An ability to supply / co-supply (at an optional additional cost) preventative medical interventions for larger numbers of staff in response to specific health related events, e.g. flu inoculations. The provision of any associated medicines shall be charged to Merseyrail at cost on consent from Merseyrail;

• Drug and Alcohol Testing, both for cause and random testing is required; and

• The Supplier must provide their own IT equipment in relation to this contract and WiFi connection.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

MERSEYRAIL ELECTRICS 2002 LIMITED

04356933

Rail House,Lord Nelson Street

LIVERPOOL

L11JF

UK

Contact person: Claire Macdougal

E-mail: procurement@merseyrail.org

NUTS: UKD72

Internet address(es)

Main address: https://www.merseyrail.org/

Address of the buyer profile: https://me-2-procure.org/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://me-2-procure.org/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://me-2-procure.org/MerseyrailElectrics/DisplayModules/TradeModules/Negotiations/Opportunities/ViewOpportunityEvent.aspx?EventID=536&Culture=en-GB


I.6) Main activity

Railway services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Occupational Health Services

Reference number: MEL34-2023

II.1.2) Main CPV code

85100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Merseyrail is seeking a proven Supplier for the Occupational Health Services Contract. The Supplier must have an excellent track record in the provision of an Occupational Health service, within the transport industry (preferably Rail) which is of a similar size to Merseyrail.

The deadline for expressions of interest is the 07th of August at 12:00 Noon and the deadline for the Selection Questionnaire submissions is the 21st of August at 12:00 Noon.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKD7

II.2.4) Description of the procurement

We require the successful bidder to allocate a specific team to deal with our cases. The clinical team should be led by a qualified medical Doctor who has accreditation with the Office of Rail and Road (ORR) and a qualification in Occupational Health. Our line managers and/or HR team will require access to the ORR Registered Doctor to discuss individual cases in order to clarify advice or obtain further information. Delivery of the OH service will be from Merseyrail's Offices at Rail House in Liverpool. At present the OH facilities in Rail House are located on the 4th floor. There are other suppliers providing other services who will also have offices on the floor such as counselling, physiotherapy, and psychology. As part of the response to the tender we are asking bidders to make a fixed monthly contribution to the maintenance costs which will be listed within Appendix 6 - Occupational Health pricing schedule, this will also be discussed further at tender clarification meetings.

We expect to be able to build a positive relationship with the team so that they have an understanding of our needs as a client. The Occupational Health service provision must actively support our absence management procedure which can be found as an attachment within the Tender. This includes a positive approach to enabling staff with ongoing health conditions to continue to work or return to work, supported by a phased return and/or reasonable adjustments, where appropriate, in line with our responsibilities under the Equalities Act 2010.

The OH provider is required to include within the provision of their services, as a minimum, but is not limited to:

• A specified Account Manager;

• Case management;

• Maintenance of medical records relating to referrals;

• Access to advice from a specified ORR Registered OH Doctor;

• Telephone support for advice and information relating to the provision of the service and individual cases;

• Appointments with suitably qualified ORR Registered OH Doctor at Rail House;

• Liaison with GPs, Consultants or other medical practitioners who have been treating our staff, where this is appropriate;

• Post referral reports that provide a clear prognosis and advice;

• On-site workstation assessments (Ergonomics) for staff who have medical conditions that may be linked to their workstation environment;

• Input into our intranet providing advice on health matters and with sign-posting to other appropriate websites;

• An electronic OH management system;

• Electronic real time management reporting information;

• Information and advice on both general health issues and specific health related events which could have a detrimental effect to our staff and service delivery, eg: norovirus etc.;

• An ability to supply / co-supply (at an optional additional cost) preventative medical interventions for larger numbers of staff in response to specific health related events, e.g. flu inoculations. The provision of any associated medicines shall be charged to Merseyrail at cost on consent from Merseyrail;

• Drug and Alcohol Testing, both for cause and random testing is required; and

• The Supplier must provide their own IT equipment in relation to this contract and WiFi connection.

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: 49

This contract is subject to renewal: Yes

Description of renewals:

Merseyrail have the option to extend for a further 12 months or until the end of the concession (20th of July 2028).

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The opportunity will be let to provide Occupational Health services for a duration of 3 years with options to extend for a further 1 x12 months or until the end of the Merseytravel Concession in 2028. However, in the event the concession with Merseytravel is extended beyond July 2028, Merseyrail reserve the right to extend the contract to a maximum duration of 6 years to support with the handover of the concession.

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 III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

The successful bidder must have ORR Registered Doctors available as part of this contract. The ORR Registered OH Doctor must have the relevant ORR Registration and licence in place prior to contract commencement.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.3) 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

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: No

IV.2) Administrative information

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

Date: 07/08/2023

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 26/09/2023

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 12 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

Merseyrail Electrics 2002 Limited

Rail House, Lord Nelson Street

Liverpool

L1 1JF

UK

E-mail: Procurement@merseyrail.org

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Merseyrail Electrics 2002 Ltd will incorporate a standstill period, following award of the contract. The period shall commence on the day following award notification, and shall be in accordance with the Utilities Contract Regulations 2016, and all subsequent amendments and directives.

At present, this standstill period shall be no less than 10 calendar days. This period allows unsuccessful bidders to seek further debriefing from Merseyrail Electrics 2002 Ltd before the Contract is entered into.

The Utilities Contract Regulations 2016 provide for aggrieved parties who have been harmed, or at risk of harm by a breach of the rules, to take action. Any such action must be brought within 30 days (or the first working day thereafter) of the date when the aggrieved party knew or ought reasonably have known about the alleged breach. Where a contract has not been entered into, the court may order the setting aside of the award decision, or order

the authority to amend any document and may award damages. If the Contract has been entered into, the Court may only award damages.

VI.5) Date of dispatch of this notice

21/07/2023

Coding

Commodity categories

ID Title Parent category
85100000 Health services Health and social work 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:
procurement@merseyrail.org
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.