Tender

Occupational Health Services

  • South East Coast Ambulance Service NHS Foundation Trust

F02: Contract notice

Notice identifier: 2022/S 000-021937

Procurement identifier (OCID): ocds-h6vhtk-035a71

Published 10 August 2022, 8:44am



Section one: Contracting authority

one.1) Name and addresses

South East Coast Ambulance Service NHS Foundation Trust

Nexus House, 4 Gatwick Road

Crawley

RH10 9BG

Contact

Please use the communication function in Bravo

Email

procurement@secamb.nhs.uk

Telephone

+44 1892831139

Country

United Kingdom

NUTS code

UKJ - South East (England)

Internet address(es)

Main address

www.secamb.nhs.uk

Buyer's address

https://commercialsolutions.bravosolution.co.uk

one.3) Communication

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

https://commercialsolutions.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://commercialsolutions.bravosolution.co.uk

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://commercialsolutions.bravosolution.co.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Occupational Health Services

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

South East Coast Ambulance Service NHS Foundation Trust (“the Authority”) employs more than 4000 staff and provides Emergency and Urgent Care Services and Out of Hours Services across Kent, Sussex and Surrey.

The Authority is issuing an invitation to tender ("ITT") in connection with a competitive procurement to secure an effective, efficient and fit for purpose Occupational Health Service that is capable of and focused on supporting the Authority’s objectives through proactive involvement with the health and wellbeing of the workforce.

The contract will be for a period of 3 years from 1 April 2023 with the option to extend for up to 2 one-year periods

A workshop for Bidders is planned for 30th August and all Bidders are recommended to attend. Confirmation of attendance (via the messaging system on Bravo) will be required by the 24th August 2022, further details can be found in the tender documentation.

two.1.5) Estimated total value

Value excluding VAT: £1,894,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85140000 - Miscellaneous health services
  • 85147000 - Company health services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

Kent, Sussex and Surrey

two.2.4) Description of the procurement

Provision of an effective, efficient and fit for purpose Occupational Health Service (OHS) that is capable of and focused on supporting SECAmb’s objectives through proactive involvement with the health and wellbeing of the workforce.

Essential Requirements:

* The supplier must provide services across the Trust's 3,600 square mile geographical area - Brighton & Hove, East and West Sussex, Kent, Surrey, and North East Hampshire during the life of the Contract.

* Effective plan for the management of pre-placement processes, including assurance on meeting Department of Health and Social Care Green Book regulations for vaccinations.

* Effective plan for the management referral process, including access to a comprehensive IT portal for remote access.

* Effective plan for the provision of out of hours services for needlestick injuries.

* Effective plan for health surveillance within SECAmb, with adequate processes in place regarding the recall of staff who require periodic surveillance.

* Provision of training on how to make a referral and other tools to assist with the process such as,’ what to expect’ documents, tailored for purpose, i.e. IHR.

* Effective and timely process for transferring patient data to a new OH provider as may be required.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £1,894,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Option to extend for up to 2 x one-year periods, at the Authority’s discretion

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

List and brief description of conditions

NHS Occupational Health accreditation

OH Physicians must be registered with the General Medical Council, Faculty of Occupational Medicine, General Practitioner Registration with a Diploma in Occupational Medicine

OH Advisors must hold a post-registration qualification in OH or have specialist Occupational Health training and experience

Occupational Therapist with Occupational Health specialism must be registered with the HCPC and membership of the Royal College of Occupational Therapy.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The supplier must provide services across the Trust's 3,600 square mile geographical area - Brighton & Hove, East and West Sussex, Kent, Surrey, and North East Hampshire during the life of the Contract.

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

14 September 2022

Local time

12:00pm

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

English

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

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

14 September 2022

Local time

12:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

In order to comply with the Department of Health eProcurement Strategy and NHS paperless agenda, the Trust encourages Suppliers to submit invoices electronically via an e-Invoicing portal, Tradeshift.

You can find more information on the Tradeshift portal at

http://tradeshift.com/supplier/nhs-sbs/

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Liverpool

Email

publicprocurementreview@cabinetoffice.gov.uk

Country

United Kingdom