Scope
Reference
2694-PPT-O
Description
East Suffolk Council ("ESC", "the Council") is looking to procure a provider of Occupational Health Services to work collaboratively with us, offering professional support and advice to complement our absence management policies and procedures and health and wellbeing agenda. The Council considers the health and wellbeing of staff to be paramount in delivering high quality services. Achieving a balance between the needs of our employees and the delivery of the organisation's objectives is not always easy. Sickness absence accounts for a considerable proportion of lost working time and the average cost of absence is significant. The Council's aim is to reduce this by investing in an occupational health provision that is flexible and robust enough to meet our organisation's needs, providing a locally based service for our officers.
Total value (estimated)
- £300,000 excluding VAT
- £360,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 16 February 2026 to 31 March 2028
- Possible extension to 1 April 2029
- 3 years, 1 month, 14 days
Description of possible extension:
Further optional extension of 12 months.
Main procurement category
Services
CPV classifications
- 85147000 - Company health services
Contract locations
- UKH14 - Suffolk
Lot constraints
Description of how multiple lots may be awarded:
As per the tender documentation, there are two lots. A Supplier may submit a tender for one or both of the lots. The award will be the MAT for each lot as per the evaluation criteria. A supplier may be awarded one or both lots. The Supplier must submit a completed Part C and completed Pricing Template for each lot they are tendering for.
Lot 1. Lot 1: North
Description
North of the district. This includes the Lowestoft Office. A map is provided in the tender documentation appendices.
Lot value (estimated)
- £180,000 excluding VAT
- £216,000 including VAT
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. Lot 2: South
Description
South of the district. This includes the Melton and Felixstowe offices. A map is provided in the tender documentation appendices.
Lot value (estimated)
- £120,000 excluding VAT
- £144,000 including VAT
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Participation
Legal and financial capacity conditions of participation
Lot 1. Lot 1: North
Lot 2. Lot 2: South
As stated in the tender documentation. Minimum financial standing required.
a. Supplier/Consortium must demonstrate that it meets the Turnover Threshold of £50,000;
b. Supplier/Consortium must demonstrate a positive net profit margin over the last two consecutive years;
c. Supplier/Consortium must demonstrate that it has a low to moderate net worth ratio
d. Supplier/Consortium must demonstrate that it has a minimum liquidity ratio (current assets divided by current liabilities) of 1:0 within the current financial accounts provided.
Technical ability conditions of participation
Lot 1. Lot 1: North
Lot 2. Lot 2: South
As stated in the tender documentation:
a. IRMP for Ill Health Retirements Accreditation
b. HAVS4 Assessors Accreditation (Lot 1 only)
c. On-site Health Surveillance Service (Lot 1 only)
d. Provision of Face-to-Face assessments
Particular suitability
Lot 1. Lot 1: North
Lot 2. Lot 2: South
Small and medium-sized enterprises (SME)
Submission
Tender submission deadline
9 January 2026, 12:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
4 February 2026
Award criteria
| Name | Type | Weighting |
|---|---|---|
| Price | Price | 30% |
| Methodology | Quality | 20% |
| Experience, Skills and Qualifications | Quality | 15% |
| Face to Face Appointment Provision | Quality | 10% |
| Health and Wellbeing | Quality | 10% |
| Social Value | Quality | 10% |
| Data Protection | Quality | 5% |
Other information
Description of risks to contract performance
Local Government Reorganisation is estimated to take effect on 1 April 2028. At the time of tendering, ESC does not know which unitary solution will be chosen by Government. A known risk is the boundary of East Suffolk may change, with potentially more employees in the Council as a result. We therefore identify a known risk of needing to vary the contract in the optional extension period to increase the spend from 1 April 2028 to 31 March 2029 by up to 50% of the total contract value.
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Documents
Associated tender documents
https://in-tendhost.co.uk/eastsuffolk
Full tender documentation available free of charge at the above address.
Contracting authority
East Suffolk Council
- Public Procurement Organisation Number: PLPP-1174-BHLX
East Suffolk House, Station Road, Melton
Woodbridge
IP12 1RT
United Kingdom
Email: procurement@eastsuffolk.gov.uk
Website: http://www.eastsuffolk.gov.uk
Region: UKH14 - Suffolk
Organisation type: Public authority - sub-central government