Scope
Reference
Project_42354
Description
Lot 1 - Occupational Health Physicians, Occupational Health Services for the Occupational Health Service and Occupational Therapy Workplace Assessment & Neurodiversity Assessments.
Occupational Health Physicians:
OHP Attendance Management referrals
OHP Preplacement referrals
OHP Escalations from safety critical medicals
Hand Arm Vibration Syndrome (HAVS) Tier 4
OHP Health Surveillance escalations (for example silica, welding fumes, noise)
Ill Health Retirement referrals
Driver and Vehicle Licensing Agency (DVLA) Group 2
Train Driver Medicals
Strategic project work - for example developing and improving medical standards (Excludes Clinical Governance responsibilities)
Case Conferences
Expert witness services
Occupational Health Services for the Occupational Health Service
Pre-placement health assessment processed by the NR Shared Service team where fitness to work reports will be provided within 1 working day of assessment. For clinical staff there is an additional requirement to schedule a face-to-face vision test [colour and peripheral vision] as part of the pre-placement process.
Performance and attendance management referrals - where attendance triggers have been met, there is a concern over the impact of a disability or where guidance in relation to the impact of health on performance is required.
Ill Health Retirement referrals.
Occupational Therapy Workplace Assessment & Neurodiversity Assessments:
Provide occupational therapist resource either from an inhouse resource or a Supplier network.
To assess the suitability of work duties and to gain a better understanding of the nature of the Network Rail employee's work, assessing the physical, psychosocial, cognitive and communication demands of the job.
Further details are set out in Schedule 2 : Specification.
Lot 2 - Specialist referrals
The requirement of specialist consultations, scans, assessments &and x-ray services to determine fitness to work either as part of the competence specific medical.
Chest X-ray programme for Respiratory Crystalline Silica
Including x-ray, radiologist reporting & management information
Not including employee selection and case management
MRI
Cardiology consultation (Initial appointment}
Cardiology consultation (review appointment)
Cardiologist echocardiogram
Cardiologist Exercise stress test
24-hour ECG Holter monitoring
ECG Interpretation (Train Driver medical only)
Neurology consultancy
Electroencephalogram
Psychological Assessment
Psychiatric Assessment
HAVs Tier 5 assessment
Any other specialist service required.
Further details are set out in Schedule 2 Specification.
Total value (estimated)
- £13,047,321 excluding VAT
- £15,656,785 including VAT
Above the relevant threshold
Contract dates (estimated)
- 5 January 2026 to 31 March 2033
- 7 years, 2 months, 27 days
Main procurement category
Services
CPV classifications
- 85100000 - Health services
Not the same for all lots
Contract locations are shown in Lot sections, because they are not the same for all lots.
Lot 1. Occupational Health Physician (OHP) Services, Occupational Health Services for the NR Occupational Health Service and Occupational Therapy Workplace Assessments & Neurodiversity Assessments.
Description
Occupational Health Physicians:
OHP Attendance Management referrals
OHP Preplacement referrals
OHP Escalations from safety critical medicals
Hand Arm Vibration Syndrome (HAVS) Tier 4
OHP Health Surveillance escalations (for example silica, welding fumes, noise)
Ill Health Retirement referrals
Driver and Vehicle Licensing Agency (DVLA) Group 2
Train Driver Medicals
Strategic project work - for example developing and improving medical standards (Excludes Clinical Governance responsibilities)
Case Conferences
Expert witness services
Occupational Health Services for the Occupational Health Service:
Pre-placement health assessment processed by the NR Shared Service team where fitness to work reports will be provided within 1 working day of assessment. For clinical staff there is an additional requirement to schedule a face-to-face vision test [colour and peripheral vision] as part of the pre-placement process.
Performance and attendance management referrals - where attendance triggers have been met, there is a concern over the impact of a disability or where guidance in relation to the impact of health on performance is required.
Ill Health Retirement referrals.
Occupational Therapy Workplace Assessment & Neurodiversity Assessments:
Provide occupational therapist resource either from an inhouse resource or a Supplier network.
To assess the suitability of work duties and to gain a better understanding of the nature of the Network Rail employee's work, assessing the physical, psychosocial, cognitive and communication demands of the job
Lot value (estimated)
- £10,785,935 excluding VAT
- £12,943,122 including VAT
Contract locations
- UKM - Scotland
- UKL - Wales
- UKC - North East (England)
- UKD - North West (England)
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKJ - South East (England)
- UKK - South West (England)
- UKE - Yorkshire and the Humber
- UKI - London
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. Specialist Referrals
Description
The requirement of specialist consultations, scans, assessments &and x-ray services to determine fitness to work either as part of the competence specific medical.
Chest X-ray programme for Respiratory Crystalline Silica
Including x-ray, radiologist reporting & management information
Not including employee selection and case management
MRI
Cardiology consultation (Initial appointment}
Cardiology consultation (review appointment)
Cardiologist echocardiogram
Cardiologist Exercise stress test
24-hour ECG Holter monitoring
ECG Interpretation (Train Driver medical only)
Neurology consultancy
Electroencephalogram
Psychological Assessment
Psychiatric Assessment
HAVs Tier 5 assessment
Any other specialist service required.
Lot value (estimated)
- £2,261,386 excluding VAT
- £2,713,663 including VAT
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Participation
Legal and financial capacity conditions of participation
Lot 1. Occupational Health Physician (OHP) Services, Occupational Health Services for the NR Occupational Health Service and Occupational Therapy Workplace Assessments & Neurodiversity Assessments.
Lot 2. Specialist Referrals
A minimum supplier financial health score must be met as part of the Conditions of Participation. Please see the PSQ and Instructions to Participants
Technical ability conditions of participation
Lot 1. Occupational Health Physician (OHP) Services, Occupational Health Services for the NR Occupational Health Service and Occupational Therapy Workplace Assessments & Neurodiversity Assessments.
Lot 2. Specialist Referrals
There are a number of qualification questions as well as technical experience questions that will be scored to determine the suppliers to be selected to tender
Particular suitability
Lot 1. Occupational Health Physician (OHP) Services, Occupational Health Services for the NR Occupational Health Service and Occupational Therapy Workplace Assessments & Neurodiversity Assessments.
Lot 2. Specialist Referrals
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
7 April 2025, 5:00pm
Submission type
Requests to participate
Deadline for requests to participate
15 April 2025, 2:00pm
Electronic auction will be used
Yes
Submission address and any special instructions
Requests to participate must be submitted via: https://networkrail.bravosolution.co.uk/web/login.html (pqq_3665 - Lot 1) (pqq_3666 - Lot 2)
ITT for Lot 1 and e-Auction will be run on Bravo, as detailed in the Instructions to Participants.
ITT for Lot 2 will be run on Bravo, as detailed in the Instructions to Participants.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Suppliers to be invited to tender
Lot 1. Occupational Health Physician (OHP) Services, Occupational Health Services for the NR Occupational Health Service and Occupational Therapy Workplace Assessments & Neurodiversity Assessments.
Lot 2. Specialist Referrals
Maximum 4 suppliers per lot
Selection criteria:
per lot
Award decision date (estimated)
1 December 2025
Recurring procurement
Publication date of next tender notice (estimated): 1 January 2032
Award criteria
Lot 1. Occupational Health Physician (OHP) Services, Occupational Health Services for the NR Occupational Health Service and Occupational Therapy Workplace Assessments & Neurodiversity Assessments.
Name | Type | Weighting |
---|---|---|
Pricing Schedule | Price | 30% |
Service Delivery | Quality | 19.25% |
Occupational Health Physicians | Quality | 19.25% |
Social Value | Quality | 10.50% |
Data Protection | Quality | 5.6% |
Reporting | Quality | 5.25% |
Mobilisation & Exit Plan | Quality | 5.25% |
Safety | Quality | 3.5% |
Information Security | Quality | 1.4% |
Lot 2. Specialist Referrals
Name | Type | Weighting |
---|---|---|
Pricing Schedule | Price | 30% |
Service Delivery | Quality | 24.5% |
Chest X-ray Programme | Quality | 12.25% |
Social Value | Quality | 10.50% |
Reporting | Quality | 7% |
Data Protection | Quality | 5.6% |
Mobilisation & Exit Plan | Quality | 5.25% |
Safety | Quality | 3.5% |
Information Security | Quality | 1.4% |
Other information
Applicable trade agreements
- Government Procurement Agreement (GPA)
- Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Special regime
Light touch
Competitive flexible procedure description
For Lot 1,
There will be a PSQ - Procurement Specific Questionnaire for Lot 1
Highest scoring 4 Participants will be invited to tender (ITT)
All compliant submissions will be invited to an e-Auction.
For Lot 2,
There will be a PSQ - Procurement Specific Questionnaire for Lot 2
Highest scoring 4 Participants will be invited to tender (ITT)
Contracting authority
NETWORK RAIL INFRASTRUCTURE LIMITED
- Public Procurement Organisation Number: PNZN-9524-VCQJ
Waterloo General Office
London
SE1 8SW
United Kingdom
Region: UKI45 - Lambeth
Organisation type: Public authority - central government