Section one: Contracting authority
one.1) Name and addresses
London Ambulance Service NHS Trust
220 Waterloo Road
London
SE1 8SD
Contact
Kevan Mayor
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
https://www.londonambulance.nhs.uk
Buyer's address
https://www.londonambulance.nhs.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Occupational Health Services to the London Ambulance Service
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
The London Ambulance Service (LAS) requires the provision of occupational health, employee assistance programmes and physiotherapy/MSK for use by the Trust's staff across London.
The tender will be conducted as a "Light Touch" procedure in accordance with Regulation 74 in Section 7 of the Public Contract Regulations 2015
LAS staff deliver high standards of care in often pressurised and uncontrolled environments and the preferred solution will offer a versatile approach. Providers must demonstrate an understanding of the dynamics of a blue light service and the pan-London reach of the LAS.
The services within the scope of this agreement have been divided into three lots.
Lot 1 Core Occupational Health, Fully Managed Service
Lot 2 Physiotherapy and Musculoskeletal (MSK) Service
Lot 3 Employee Assistance Programme: Psychological and Counselling Services
two.1.5) Estimated total value
Value excluding VAT: £3,500,000
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
Lot 1 Core Occupational Health, Fully Managed Service
Lot No
1
two.2.2) Additional CPV code(s)
- 85100000 - Health services
- 85111800 - Pathology services
- 85111810 - Blood analysis services
- 85140000 - Miscellaneous health services
- 85141000 - Services provided by medical personnel
- 85312310 - Guidance services
- 85312500 - Rehabilitation services
- 85141200 - Services provided by nurses
- 85141220 - Advisory services provided by nurses
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
Greater London and Surroundings
two.2.4) Description of the procurement
The provision of a fully managed service, for occupational health services for all of LAS's personnel across London and outlying areas including those working remotely, travelling or postings.
The Service shall enable The Trust to address particular health and attendance issues, meet their statutory obligations with regards to health surveillance, identify the preventative measures that can be taken to minimise the overall risk of sickness absence and to improve employee health and wellbeing in the workplace.
The Supplier shall provide the core requirements which shall include but not be limited to:
• Telephone Support Services;
• Online Portal;
• Referrals from the Trust;
• Attendance Management Advice and Assessments;
• Attendance Management Reports;
• Case Conferences;
• Ill Health Retirement;
• Pre-Appointment & Pre-Enrolment Checks; and
• Surveillance Services.
• Fitness for Task and Safety Critical Work Services:(Hearing Tests; and
Baseline Hearing Tests)
• Immunisations, Vaccinations, Inoculations, Medications & Blood Tests;
• Health Screening Services;
• Publicity and Promotion
• Service implementation and
• An option to utilise a clinically lead absence management reporting and assessment service with access and uptake to this agreed with the Trust.
Service Availability: The Suppler shall ensure that all Services, including the necessary Supplier Personnel, be available as a minimum, fifty two (52) weeks a year, Monday to Friday between the hours of 08:00 hours to 18:00 hours, excluding Public and Bank Holidays.
The awarded Supplier will need to provide out of hours services for specified services i.e. after 18.00 and/or before 08.00 weekdays and weekends. These will be agreed at contract outset
The tender will be conducted as a "Light Touch" procedure in accordance with Regulation 74 in Section 7 of the Public Contract Regulations 2015
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2022
End date
30 June 2025
This contract is subject to renewal
Yes
Description of renewals
Contract may be renewed
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 2 Physiotherapy and Musculoskeletal (MSK) Service
Lot No
2
two.2.2) Additional CPV code(s)
- 85142100 - Physiotherapy services
- 85312310 - Guidance services
- 85000000 - Health and social work services
- 85312500 - Rehabilitation services
- 85100000 - Health services
- 85140000 - Miscellaneous health services
- 85141000 - Services provided by medical personnel
- 85142100 - Physiotherapy services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
The provision of Physiotherapy and Musculoskeletal (MSK) Services.
To provide advice and guidance to the Trust, in regard to staff experiencing musculoskeletal symptoms or undergoing medical treatment which could impact on their ability to perform their required duties or pose a significant risk to themselves or others.
Support the Trust and comply with relevant health and safety legislation and internal policies and procedures
Additional Services: Work Hardening Programmes (MSK); Non clinical sessions; Case conferences/Multidisciplinary team meetings: Fitness for task risk assessment; Risk assessments; Health Promotions.
The tender will be conducted as a "Light Touch" procedure in accordance with Regulation 74 in Section 7 of the Public Contract Regulations 2015
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2022
End date
30 June 2025
This contract is subject to renewal
Yes
Description of renewals
Contract may be renewed
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 3 Employee Assistance Programme: Psychological and Counselling Services
Lot No
3
two.2.2) Additional CPV code(s)
- 85100000 - Health services
- 85000000 - Health and social work services
- 85312310 - Guidance services
- 85312320 - Counselling services
- 85312300 - Guidance and counselling services
- 85140000 - Miscellaneous health services
- 85141000 - Services provided by medical personnel
- 85312500 - Rehabilitation services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
The provision EAP Psychological and Counselling Services
This contract is for the provision of Counselling, Psychotherapy and EAP services. The Service shall enable the Trust to address particular health issues, meet their statutory obligations, identify the preventative measures that can be taken to minimise the overall risk of sickness absence and to improve employee health and wellbeing in the workplace.
The Supplier shall provide the EAP and Psychotherapy/Counselling requirements which shall include but not be limited to:
• Telephone Support Services;
• Online Portal;
• Referrals from the Trust;
• Case Conferences;
• Publicity and Promotion
• Service implementation
The tender will be conducted as a "Light Touch" procedure in accordance with Regulation 74 in Section 7 of the Public Contract Regulations 2015
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2022
End date
30 June 2025
This contract is subject to renewal
Yes
Description of renewals
Contract may be renewed
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Performance to be measured by Key Performance Indicators within Service Level Agreement.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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
Date
10 January 2022
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 5 July 2022
four.2.7) Conditions for opening of tenders
Date
10 January 2022
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
The High Court
Strand
London
WC2A 2LL
generaloffice@administrativecourtoffice.justice.gov.uk
Country
United Kingdom