Tender

WH24006 Occupational Health Services

  • Wolverhampton City Council

F21: Social and other specific services – public contracts (contract notice)

Notice identifier: 2024/S 000-025817

Procurement identifier (OCID): ocds-h6vhtk-048ad6

Published 14 August 2024, 2:45pm



Section one: Contracting authority

one.1) Name and addresses

Wolverhampton City Council

Civic Centre, St Peters Square

Wolverhampton

WV1 1RL

Contact

Ade Winjobi

Email

Adebimpe.Winjobi@wolverhampton.gov.uk

Telephone

+44 1902556556

Country

United Kingdom

Region code

UKG39 - Wolverhampton

Internet address(es)

Main address

http://www.wolverhampton.gov.uk

Buyer's address

http://www.wolverhampton.gov.uk

one.3) Communication

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.wolverhamptontenders.com

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

WH24006 Occupational Health Services

Reference number

DN737242

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Wolverhampton Homes (WH) employs approximately 690 employees which comprises of

management, professional, technical, administrative, and manual and trade employees.

WH is conducting this procurement with a view to putting in place new contracts for:

-Lot 1 - Occupational Health Nurse

-Lot 2 - Occupational Health Doctor

-Lot 3 - Physiotherapy Services

The service will be a strategic part of WH’s commitment to be an employer of choice,

enhancing employee health and wellbeing and encouraging staff to live healthier lifestyles to

prevent health problems occurring and an effect on performance and attendance. The

service will operate as an integral part of WH’s Health and Wellbeing strategies.

This contract will be for 4 years starting on 1st January 2025 until 31st December 2028.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.2) Description

two.2.1) Title

Lot No

1

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UKG39 - Wolverhampton

two.2.4) Description of the procurement

Lot 1 Occupational Health Nurse

Core Requirements

The Supplier shall provide the core requirements which shall include but

not be limited to:

• Contract Management;

• Web based Online Portal;

• Advice on WH Policy and Guidance;

• Reasonable adjustments Under the Equalities Act 2010;

• Attendance Management Advice and Assessments;

• Management Information;

• Ill Health Retirement and Deferred Benefits Assessments;

• Pre-Employment Screening;

• Health Surveillance Services;

• Health Screening Services;

• Workplace Assessments, and

• Education and Awareness Programmes

two.2.6) Estimated value

Value excluding VAT: £182,400

two.2.7) Duration of the contract or the framework agreement

Duration in months

48

two.2) Description

two.2.1) Title

Lot No

2

two.2.2) Additional CPV code(s)

  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UKG39 - Wolverhampton

two.2.4) Description of the procurement

Lot 2 - Occupational Health Doctor

The Service Provider shall aim to reduce the amount of time lost from the employees’ place of work, through -

1. Support employees who are absent from work through illness for an effective return to work making recommendations where appropriate and in line with The Equality Act 2010.

2. Recommend where appropriate eligibility for ill health retirement.

3. Offering sound and practical advice to prevent the reoccurrence of injury/illness where medically possible

two.2.6) Estimated value

Value excluding VAT: £30,400

two.2.7) Duration of the contract or the framework agreement

Duration in months

48

two.2) Description

two.2.1) Title

Lot No

3

two.2.2) Additional CPV code(s)

  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UKG3 - West Midlands

two.2.4) Description of the procurement

Lot 3 - Physiotherapy Services

The Service Provider shall aim to reduce the amount of time lost from the employees’ place of work, through -

1. early intervention in order to prevent sickness absence

2. prevent re-occurrence of sickness absence where possible.

two.2.6) Estimated value

Value excluding VAT: £91,200

two.2.7) Duration of the contract or the framework agreement

Duration in months

48


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.1.11) Main features of the award procedure

The Council (authority) will assesses any offers received in accordance with The Health Care

Services (Provider Selection Regime) Regulations 2023, No. 1348.

The evaluation process is separated into the following stages:

1) The Council (authority) will assess, and may exclude a provider from the PSR process and

discount without further assessment, if the provider meets the exclusion criteria detailed in

Regulation 20.

2) The Council (authority) will assess if providers are considered suitable to provide a service

by applying the basic selection criteria as outlined in Schedule 16 – a provider that does not meet the basic selection criteria may be discounted without further assessment.

3) Key Criteria; - Quality & Innovation; Integration, Collaboration, Service Sustainability;

Improving access, reducing health inequalities, facilitating choice and Social Value, which

evaluates how suppliers propose to deliver the service; and

4) Key Criteria Value, which evaluates the commercial aspects of the bid. This stage is only

evaluated once the previous, stipulated stages have been completed.

5) The key criteria / award criteria split is as follows;

Lot 1 (Occupational Health Nurse) –

Integration, collaboration, and service sustainability 15%

Quality and Innovation 20%

Improving access, reducing health inequalities

and facilitating change 30%

Social Value 5%

Value 30%

Lot 2 (Occupational Health Doctor) –

Integration, collaboration, and service sustainability 20%

Quality and Innovation 15%

Improving access, reducing health inequalities,

and facilitating change 25%

Social Value 5%

Value 35%

Lot 3 (Physiotherapy) –

Integration, collaboration, and service sustainability 20%

Quality and Innovation 15%

Improving access, reducing health inequalities,

and facilitating change 25%

Social Value 5%

Value 30%

The complete evaluation process is detailed with the ITT document, found free of charge at

the website address documented within this contract notice. Wilful misrepresentation of a

bid by a provider will result in exclusion from the provider selection process.

four.2) Administrative information

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

Date

16 September 2024

Local time

12:00pm

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

English


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Independent patient choice and procurement panel

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures

The standstill period requirements, including for the reviewing of decisions, are detailed in

Regulations 12 and 14(3). Provision for independent expert advice is set out in Regulation

23.

Providers may make a representation to the relevant authority within the first eight working

days following the start of the standstill period (ie eight working days starting with the first

working day following the day after the intention to award notice has been published).

Providers cannot submit a representation after that period, even if the standstill period has

been extended in response to a representation from another provider.

Relevant authorities are only obliged to respond to representations that meet all the

following conditions:

the representation comes from a provider that might otherwise have been a provider of the

services to which the contract relates

the provider is aggrieved by the decision of the relevant authority

the provider believes that the relevant authority has failed to apply the regime correctly and

is able to set out reasonable grounds to support its belief

the representation is submitted in writing (which includes electronically) to the relevant

authority within eight working days of the start of the standstill period.

If a provider remains unsatisfied about the response given by a relevant authority to their representations, then that provider may seek the involvement of the Independent Patient

Choice and Procurement Panel.

If a provider wishes to request the panel to consider their representation further, then they

must submit their request through the panel’s website (find address below) within five

working days of receiving the relevant authority’s decision following the relevant authority’s

review of their representation.

https://www.england.nhs.uk/commissioning/how-commissioning-is-changing/nhs-providerselection-

regime/independent-patient-choice-and-procurement-panel/.