Section one: Contracting authority
one.1) Name and addresses
ARRIVA UK TRAINS LIMITED
1 Admiral Way, Doxford International Business Park
Sunderland
SR3 3XP
Contact
AUKT Procurement
occupationalhealthtender@arriva.co.uk
Telephone
+44 7976912100
Country
United Kingdom
Region code
UKC2 - Northumberland and Tyne and Wear
Companies House
03166214
Internet address(es)
Main address
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Other type
Private Limited Company
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Occupational Health and Wellbeing Services
Reference number
AUKT/RFP/OH/082023
two.1.2) Main CPV code
- 85147000 - Company health services
two.1.3) Type of contract
Services
two.1.4) Short description
Private Procurement is being conducted for the provision of Occupational Health and Wellbeing.
two.1.5) Estimated total value
Value excluding VAT: £2,500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Nurse-led Occupational Health Triage & Hub
Lot No
1
two.2.2) Additional CPV code(s)
- 85147000 - Company health services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
- UKM - Scotland
two.2.4) Description of the procurement
Nurse-led Occupational Health Triage & Hub.
The provision needs to be able to service all our locations across England, Wales & Scotland.
First point of contact responsible for receiving, reviewing and triaging all ill-health/fitness to work referrals. Includes the assessment, advice and guidance on a wide range of medical and health and wellbeing issues, including pre-employment screening/medicals requirement, sickness referrals/medical assessments, health surveillance and screening, immunisation/vaccinations, general health guidance and advice, health and wellbeing promotions, and early-intervention support to prevent ill-health, specifically for physiotherapy, workplace ergonomic support, and clinical psychology.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
This would be subject to commercial and performance criteria being achieved.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Core Occupational Health - ORR-Registered
Lot No
2
two.2.2) Additional CPV code(s)
- 85147000 - Company health services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
- UKM - Scotland
two.2.4) Description of the procurement
Core Occupational Health - ORR-Registered
The provision needs to be able to service all our locations across England, Wales & Scotland.
The provision of medical examinations in line with Train Driving Licences and Certificates Regulations 2010, (or the latest legislation as issued by the ORR), and the assessment, advice and guidance on complex medical and health and wellbeing issues, supervised by doctors on the ORR register of recognised doctors.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
This would be subject to commercial and performance criteria being achieved.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Drug and Alcohol Testing
Lot No
3
two.2.2) Additional CPV code(s)
- 85147000 - Company health services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
- UKM - Scotland
two.2.4) Description of the procurement
Drug and Alcohol Testing.
The provision needs to be able to service all our locations across England, Wales & Scotland.
Approved Drug and Alcohol tester offering a flexible provision of 'For cause' and random Drugs and Alcohol testing in line with regulatory requirements, including access to a team of competent and appropriately qualified experts to provide timely online and telephonic support service, and a 24-hour medication enquiry service to provide information for managers on employee suitability and fitness to undertake safety critical roles whilst taking medication.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
This would be subject to commercial and performance criteria being achieved.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Mental Health
Lot No
4
two.2.2) Additional CPV code(s)
- 85147000 - Company health services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
- UKM - Scotland
two.2.4) Description of the procurement
Mental Health.
The provision needs to be able to service all our locations across England, Wales & Scotland.
Mental Health Partner providing flexible employee assistance solutions, including Clinical Psychology Support (e.g., trauma, PTSD or incident debriefing) Financial advice, and legal advice including but not solely signpost. Formats to include remote telephonic support, use of IT video management e.g., teams/zoom and face to face options.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
This would be subject to commercial and performance criteria being achieved.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Physiotherapy/MSK
Lot No
5
two.2.2) Additional CPV code(s)
- 85147000 - Company health services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
- UKM - Scotland
two.2.4) Description of the procurement
Physiotherapy/MSK.
The provision needs to be able to service all our locations across England, Wales & Scotland.
Physiotherapy/ MSK Partner responsible for the provision of Physiotherapy/ MSK support including the assessment of and guidance on complex cases or where health impacts on statutory requirements. Formats to include remote telephonic support, use of IT video management e.g., teams/zoom and face to face support.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
This would be subject to commercial and performance criteria being achieved.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Health Surveillance
Lot No
6
two.2.2) Additional CPV code(s)
- 85147000 - Company health services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
- UKM - Scotland
two.2.4) Description of the procurement
Health Surveillance.
The provision needs to be able to service all our locations across England, Wales & Scotland.
Health Surveillance Partner responsible for the provision of a compliant rolling health surveillance programme across all UK sites, working in partnership with Health & Safety and HR teams, to ensure Health Surveillance compliant.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
This would be subject to commercial and performance criteria being achieved.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
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
Originally published as:
Date
31 August 2023
Changed to:
Date
30 September 2023
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Arriva UK Trains
London
occupationalhealthtender@arriva.co.uk
Country
United Kingdom