Tender

Physiotherapy Services

  • The Mayor and Commonalty and Citizens of the City of London in it’s capacity as Police Authority. [The Contracting Authority]

F02: Contract notice

Notice identifier: 2025/S 000-032885

Procurement identifier (OCID): ocds-h6vhtk-054e17

Published 17 June 2025, 11:47am



Section one: Contracting authority

one.1) Name and addresses

The Mayor and Commonalty and Citizens of the City of London in it’s capacity as Police Authority. [The Contracting Authority]

Po Box 270, Guildhall

London

EC2P 2EJ

Email

mitchell.walker@cityoflondon.gov.uk

Telephone

+44 02076063030

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

https://cityoflondon.ukp.app.jaggaer.com/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://cityoflondon.ukp.app.jaggaer.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://cityoflondon.ukp.app.jaggaer.com/

Tenders or requests to participate must be submitted to the above-mentioned address

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

Physiotherapy Services

two.1.2) Main CPV code

  • 85142100 - Physiotherapy services

two.1.3) Type of contract

Services

two.1.4) Short description

The City of London Corporation (COL) City of London Police (COLP) is seeking tenders for the provision of Occupational Health Physiotherapy services for 2 days per week (14 hours) for 45 weeks a year.

The Contract for the provision of the relevant service will initially be for a period of 2 year commencing on 01 August 2025 with an option to renew the Contract for a further 2 years subject to satisfactory performance and effective service delivery.

The City of London Corporation and the City of London Police operate a multi-disciplinary Occupational Health Service (OHS). The team is made up of Occupational Health Advisers, Occupational Health Physician, CBT therapist, Physiotherapist, Counsellor and psychological services and Occupational Health Administrative support.

The COL and COLP are currently tendering for the provision of occupational health physiotherapy services to provide functional capability assessments, rehabilitation programmes, treatment for musculoskeletal conditions and advice, guidance and consultation on workplace ergonomics, musculoskeletal (MSK) health promotion and fitness. The purpose of the service is to both improve attendance management and provide support for people to remain at or getting back to work in a fully functional capacity as soon as possible. The OH service is looking to develop the Physiotherapy role exploring ways to actively engage management in supporting rehabilitation.

two.1.5) Estimated total value

Value excluding VAT: £108,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

City of London

two.2.4) Description of the procurement

This is a first notice by the Contracting Authority for the procurement of a contract under the Health Care Services [Provider Selection Regime] 2023 [ PSR 2023 Regulations] as amended by Regulation 28 of the Procurement Act 2023 ( Consequential and Other Amendments) Regulations 2025 [ The 2025 Regulations] . The Notice is for the purposes of Regulation 11 (3) and 11 (40 of the PSR a notice inviting offers to provide the relevant health care services set out in this Notice.

This route is appropriate as there is more than one capable provider and there is a need to test the market to ensure best value, innovation, and quality. It will allow for a fair and transparent process, focusing on provider suitability, quality of care, and alignment with occupational health needs for the City of London Police.

This aligns with PSR's Procurement core principles of transparency, proportionality

two.2.5) Award criteria

Quality criterion - Name: Responsible Procurement / Weighting: 15

Quality criterion - Name: Technical Envelope / Weighting: 60

Price - Weighting: 25

two.2.6) Estimated value

Value excluding VAT: £10,800

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

2 August 2025

End date

1 August 2029

This contract is subject to renewal

Yes

Description of renewals

This contract has provisions for 2 x 12 month extensions.

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.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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: Yes

four.2) Administrative information

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

Date

1 July 2025

Local time

12:00pm

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

Duration in months: 48 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

1 July 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

This tendering exercise is being undertaken using the electronic tendering system ‘Jaggaer’ (https://cityoflondon.ukp.app.jaggaer.com). Suppliers will need to register an interest on the system in order to participate and registration is free.

The estimated value given at II.2.6) is for the full duration of the contract including the maximum possible extensions. The estimated annual contract value is therefore £108,000+VAT

Participants should register as a supplier on the portal using the aforementioned URL/link (if not already), then search for the opportunity titled using the Reference number stated below.

This Notice as stated above is for the purposes of Regulation 11 (3) and 11 (4) of the PSR a notice by the Contracting Authority inviting offers to provide the relevant health services set out in this Notice.

Offers will be assessed by the Contracting Authority in accordance with the Key Criteria applying the Basic selection criteria referred to in Schedule 16 of the 2023 Regulations and as set out in the ITT documents.

The procurement is being run under the Competitive Process of the PCR and therefore, if your organisation would like to participate in this tender exercise, it can by completing and returning the Qualification Envelope and the Invitation To Tender documents which can be found on the City's e-procurement portal at: www.capitalesourcing.com with the Reference number: prj_ 147 or itt_100.

Organisations must submit their completed Qualification Envelope and Invitation to Tender documents, via the system by the return deadline in order to participate and registration is free. Qualification Envelopes and Invitation to Tender (ITT) documents cannot be uploaded after the return deadline.

The contracting authority will not be held accountable for any errors made by an organisation in submitting their applicable Qualification Envelopes and Invitation to Tender (ITT) documents.

The contracting authority reserves the right at any time to vary the timescales in this notice, cease the procurement process and not award the agreement or to award only part of the opportunity described in this notice. If the contracting authority takes up any of these rights then it will not be responsible for, or pay the expenses or losses, which may be incurred by any candidate or tenderer as a result. Economic operators are solely responsible for their costs and expenses incurred in connection with the preparation of their tender submissions and all stages throughout the procurement. Under no circumstances will the contracting authority be liable for costs or expense borne by the economic operators.

The procurement process that will apply to the requirement is specified in the procurement documents accordingly.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom