Tender

Occupational Health

  • AWE Plc

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-036848

Procurement identifier (OCID): ocds-h6vhtk-055208 (view related notices)

Published 2 July 2025, 3:00pm



Scope

Description

AWE intends to award a single supplier Contract for the provision of occupational health services.

This occupational health requirement will comprise, but shall not be limited to, the following service elements:

1. Service Management;

2. Support Desk;

3. Clinical and Operational Governance;

4. Occupational Health Management System;

5. Occupational Health Services, incorporating:

• Health Assessments;

• Absence and Case Management;

• Drug & Alcohol Testing;

• Assessment and Treatment Clinics;

• Neurodivergent and other types of assessment

6. Emergency Medical Response and Patient Transport;

7. Health & Wellbeing;

8. Training Services;

9. Medical Support to Construction Enclaves;

10. Quality Assurance

11. Health, Safety and Environmental Management;

12. Record Keeping and Documentation Management;

13. Training and Development;

14. Service Reporting;

15. Approval and Management of Subcontractors

Further detail on the requirements above will be found in the Tender documents.

Total value (estimated)

  • £12,000,000 excluding VAT
  • £14,400,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 April 2026 to 31 March 2031
  • Possible extension to 31 March 2032
  • 6 years

Description of possible extension:

The initial contract term will be a period of 5 years however, AWE will have the right to extend the initial term for a further period of 12 months subject to AWE providing written notice to the Supplier prior to expiry of the initial term.

Options

The right to additional purchases while the contract is valid.

The Contract will be to provide the core services as detailed in the Specification, however, there are certain elements of the core service that will be priced on an as required basis, for example, including but not limited to specific first aid training courses. In addition to these elements section 2.9 of the specification does identify specific activities for which AWE will request quotations on an as required basis.

Main procurement category

Services

CPV classifications

  • 85120000 - Medical practice and related services
  • 85141000 - Services provided by medical personnel
  • 85142000 - Paramedical services
  • 85143000 - Ambulance services
  • 85145000 - Services provided by medical laboratories
  • 85147000 - Company health services
  • 85148000 - Medical analysis services

Contract locations

  • UKJ - South East (England)

Justification for not using lots

This decision is based on operational efficiency considerations for this requirement and the use of lots making it disproportionately expensive to manage due to the amount of requirements that the Framework will have to cover.


Submission

Enquiry deadline

16 July 2025, 12:00pm

Submission type

Requests to participate

Deadline for requests to participate

28 July 2025, 5:00pm

Submission address and any special instructions

All clarification questions and tender submissions should be made/submitted electronically via the AWE Procurement mail box AWEProcurement @awe.co.uk

Tenders may be submitted electronically

No

Languages that may be used for submission

English

Suppliers to be invited to tender

Maximum 5 suppliers

Selection criteria:

AWE evaluate all ITP responses and will invite the top 5 scoring Suppliers at the ITP stage who have passed all pass/fail questions and achieved the minimum score threshold for all scored questions to proceed to the next stage. They will be invited to submit a Final Tender Submission in response to the ISFT.

Award decision date (estimated)

18 November 2025


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Technical

This criterion will ask bidders to provide detail of their proposed solution to deliver the Occupational Health Service to AWE which will be evaluated against the specification and will carry a...

Quality 57%
Price

This criterion will be based on an assessment of the Core (15% of pricing score) and Additional Services (10% of pricing score) provided as part of the pricing submission. The total weighting for the...

Price 25%
Social Value

This criterion will focus on evaluating responses for the Social Value questions

Quality 10%
Commercial Terms and Conditions

This criterion will be based on the Suppliers acceptance of the AWE draft Contract document included within the Tender pack

Quality 5%
Quality

This criterion requests bidders to provide information on how they will incorporate AWE environmental and sustainability requirements into their delivery of the service

Quality 3%

Other information

Description of risks to contract performance

AWE has identified a potential risk which, if it materialised, could jeopardise the satisfactory performance of the Contract following award, but which is currently unable to be definitively addressed for in the Contract: The interworking / migration of the existing medical records with the selected supplier's Occupational Health Management Software Solution (OHMSS). Given that we will not know the supplier until after we have conducted the tender it is not possible to quantify the precise level of risk.

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

This Procurement is being run under a multi-stage Competitive Flexible procedure pursuant to section 20(2)(b) of the Procurement Act 2023 to establish a single supplier contract. It is the intention of AWE to follow a four-stage process under this procedure as follows. However, AWE retains the right to amend the stages if required throughout the process. This includes amending the number of stages or re-running a stage of the process.

Tender Stage 1: Publish Tender Notice and tender documents, Receive ITP responses, Assess ITP and identify top 5 ranking suppliers, Notify shortlisted suppliers (Top 5 Scoring ITP submissions) and invite to Stage 2.

Tender Stage 2: Release Invitation to Submit Final Tender (ISFT) documents, receive ISFT responses, Assess submissions to identify the Most Advantageous Tender

Tender Stage 3: Preferred Supplier Stage, request supplier to discuss any commercial amendments and complete any additional compliance checks (if required)

Tender Stage 4 (Award Stage): Notify suppliers and issue assessment summaries, publish contract award notice and commence standstill, Award contract

Further information shall be found in the About the Procurement document released as part of the tender pack.


Documents

Documents to be provided after the tender notice

Following publication of UK4 bidders should send an email to the AWE mailbox (AWEProcurement @awe.co.uk)with an expression of interest. AWE will then provide a Non-disclosure Agreement which when signed by the bidder will trigger the release of the ITP Pack and the ISFT Pack.

For information, the tender pack will contain the following documents:

• About the Procurement

• Rules of Procurement

• NDA

• ITP Volume 1: Instructions for Suppliers

• ITP Volume 2: Specification

• ITP Volume 3: Response Questionnaire

• ISFT Volume 1: Instructions for Suppliers

• ISFT Volume 2: Specification

• ISFT Volume 3: Contract

• ISFT Volume 4: Technical Questionnaire

• ISFT Volume 5: Price Schedule


Contracting authority

AWE Plc

  • Public Procurement Organisation Number: PYCH-2579-LGTN

AWE Aldermaston

Reading

RG7 4PR

United Kingdom

Region: UKJ11 - Berkshire

Organisation type: Public authority - central government