Contract

Occupational Health Services and Supplementary Services

  • UNIVERSITY OF SOUTHAMPTON

F03: Contract award notice

Notice identifier: 2024/S 000-026472

Procurement identifier (OCID): ocds-h6vhtk-0437a2

Published 20 August 2024, 1:37pm



Section one: Contracting authority

one.1) Name and addresses

UNIVERSITY OF SOUTHAMPTON

HIGHFIELD CAMPUS,UNIVERSITY ROAD

SOUTHAMPTON

SO171BJ

Contact

Rosie Pringle

Email

procurement@soton.ac.uk

Telephone

+44 2380595000

Country

United Kingdom

Region code

UKJ32 - Southampton

UK Register of Learning Providers (UKPRN number)

10007158

Internet address(es)

Main address

https://www.southampton.ac.uk/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Occupational Health Services and Supplementary Services

Reference number

2023UoS-1095

two.1.2) Main CPV code

  • 85140000 - Miscellaneous health services

two.1.3) Type of contract

Services

two.1.4) Short description

The University of Southampton is looking to enter into an Eight (8) year contract for the provision of Occupational Health Services for both Staff and Students.

The Provider shall deliver the services that support the University of Southampton in meeting the objectives of:

• Meeting legislative requirements and maintaining duty of care to staff

• Ensuring fitness to work and/or fitness to practice of staff and students.

• Performing inoculations and vaccinations

• The provision of counselling

• Promoting physical and mental wellbeing amongst staff and students to optimise attendance, engagement, resilience, and performance.

• Supporting staff and students with illness, injury or other medical or health requirements assisting in the prevention of health-related problems amongst the University of Southampton' staff and students as a result of their activities and providing assistance in the treatment of any such problems.

• Assisting the University of Southampton to reduce levels of sickness absence.

• Identifying trends in work-related absence and prioritising and tackling significant health and wellbeing-related issues.

The Provider shall at the point of tendering hold Safe Effective Quality Occupational Health Service ('SEQOHS') accreditation or equivalent and this must be maintained for the duration of the contract. It is a requirement that the provider will ensure that any services conducted under the Contract meet the requirements of all relevant legislation, regulations, guidelines, and standards current at the time of delivery. This includes all Care Quality Commission (CQC) and Department for Education (DfE) standards applicable to the services.

The University currently retains an in-house Occupational Health Manager to maintain the triage system, filtering OH requests ahead of referral to the external Provider. The Provider will be required to understand and operate in accordance with this process.

The estimated Contract Value is in the region of £6,000,000 - £10,000,000 GBP (excluding VAT). It is expected that spend will gradually grow over the first few months of the contract and that additional services outlined in the spec may be added in over the course of the contract. Further details on anticipated spend can be found in File 2 of the tender pack.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £8,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 85120000 - Medical practice and related services
  • 85142100 - Physiotherapy services
  • 85147000 - Company health services
  • 85149000 - Pharmacy services
  • 85312300 - Guidance and counselling services
  • 85312310 - Guidance services
  • 85312320 - Counselling services
  • 85312500 - Rehabilitation services
  • 85312510 - Vocational rehabilitation services
  • 98200000 - Equal opportunities consultancy services

two.2.3) Place of performance

NUTS codes
  • UKJ3 - Hampshire and Isle of Wight
Main site or place of performance

Highfield Campus:

University Road, Southampton, Hampshire SO17 1BJ

Whilst a large proportion of the service requirement can be conducted online , Immunization and Vaccinations administration for example will need to be conducted in person.

two.2.4) Description of the procurement

The essential services required are Pre-employment health assessments, Pre-enrolment health assessments, Occupational Health referrals, Health Surveillance, Pathology Services, Immunisation and Vaccination services, Work accident and Injury management. The desirable services included in the tender are Specialist immunisations and travel advice, Workstation and workplace assessments, Assistance and other specialist referrals and counselling.

This procurement process is being conducted as a Restricted procedure; consisting of both Selection and Invitation to Tender stages.

Stage 1 - Selection Stage: An overall pass mark of 50 % shall apply to this stage. The intention is to arrive at a shortlist of a maximum of five qualified potential suppliers for formal invitation to tender. The maximum number of qualified potential suppliers will be based on the top five scores achieved. Where more than the maximum number of potential suppliers have achieved a top five score (i.e. a tie), all of those potential suppliers will be invited to the Invitation to Tender stage.

Stage 2 - Invitation to Tender (ITT) stage - A maximum of 5 qualified tenderers will be invited to submit formal tenders at this stage

two.2.5) Award criteria

Quality criterion - Name: Desirable Services / Weighting: 12

Quality criterion - Name: Business Context and Awareness / Weighting: 13

Quality criterion - Name: Adaptability of Service/ Continuous Improvement / Weighting: 10

Quality criterion - Name: Data Protection / Weighting: 5

Quality criterion - Name: Demonstration Response / Weighting: 10

Quality criterion - Name: Management of Communications / Weighting: 10

Price - Weighting: 30

two.2.11) Information about options

Options: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-003923


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

14 August 2024

five.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

TP Health Limited

20 Grosvenor Place,

London

SW1X 7HN

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

05770728

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £2,449,011.59

Total value of the contract/lot: £8,000,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

University of Southampton

procurement@soton.ac.uk

Southampton

SO17 1BJ

Email

procurement@soton.ac.uk

Country

United Kingdom