Tender

Occupational Health and Wellbeing Services

  • ARRIVA UK TRAINS LIMITED

F02: Contract notice

Notice identifier: 2023/S 000-022570

Procurement identifier (OCID): ocds-h6vhtk-03ecb3

Published 3 August 2023, 10:57am



The closing date and time has been changed to:

30 September 2023 - no time specified

See the change notice.

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

Email

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

www.arriva.co.uk

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

www.marketdojo.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.marketdojo.com

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

Email

occupationalhealthtender@arriva.co.uk

Country

United Kingdom