Tender

Provision of Occupational Health Services to the London Ambulance Service

  • London Ambulance Service NHS Trust

F02: Contract notice

Notice identifier: 2021/S 000-030537

Procurement identifier (OCID): ocds-h6vhtk-02fec0

Published 8 December 2021, 2:38pm



Section one: Contracting authority

one.1) Name and addresses

London Ambulance Service NHS Trust

220 Waterloo Road

London

SE1 8SD

Contact

Kevan Mayor

Email

kevan.mayor@nhs.net

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

http://health.atamis.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://health.atamis.co.uk

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

http://health.atamis.co.uk

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

Email

generaloffice@administrativecourtoffice.justice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/courts-tribunals