Section one: Contracting authority
one.1) Name and addresses
UNIVERSITY OF SOUTHAMPTON
HIGHFIELD CAMPUS,UNIVERSITY ROAD
SOUTHAMPTON
SO171BJ
Contact
Rosie Pringle
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
Country
United Kingdom