Award

Occupational Health Services and Supplementary Services

UNIVERSITY OF SOUTHAMPTON

This public procurement record has 2 releases in its history.

Award

20 Aug 2024 at 12:37

Tender

06 Feb 2024 at 15:22

Summary of the contracting process

The University of Southampton has awarded an eight-year contract for Occupational Health Services and Supplementary Services to TP Health Limited. The services will support the university in meeting legislative requirements, maintaining duty of care to staff, ensuring fitness to work or practice for staff and students, and promoting overall wellbeing. The contract, valued at approximately £8,000,000, covers various health-related services, including pre-employment assessments, health surveillance, pathology services, and counselling. The procurement followed a restricted procedure, comprising selection and invitation to tender stages, culminating on 14 August 2024.

This tender offers a significant opportunity for businesses specialising in occupational health services, particularly those accredited by the Safe Effective Quality Occupational Health Service (SEQOHS). Companies equipped to provide medical assessments, health surveillance, and wellness programmes would find this contract beneficial for growth. The contract's scope to add additional services over time implies potential future business opportunities for service enhancement and expansion. Businesses with a strong track record in delivering similar services within educational settings are well-suited to compete in such tenders.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Occupational Health Services and Supplementary Services

Notice Description

The University of Southampton is looking to enter into an Eight (8) year contract for the provision of Occupational Health Services for both Staff and Students. The Provider shall deliver the services that support the University of Southampton in meeting the objectives of: * Meeting legislative requirements and maintaining duty of care to staff * Ensuring fitness to work and/or fitness to practice of staff and students. * Performing inoculations and vaccinations * The provision of counselling * Promoting physical and mental wellbeing amongst staff and students to optimise attendance, engagement, resilience, and performance. * Supporting staff and students with illness, injury or other medical or health requirements assisting in the prevention of health-related problems amongst the University of Southampton' staff and students as a result of their activities and providing assistance in the treatment of any such problems. * Assisting the University of Southampton to reduce levels of sickness absence. * Identifying trends in work-related absence and prioritising and tackling significant health and wellbeing-related issues. The Provider shall at the point of tendering hold Safe Effective Quality Occupational Health Service ('SEQOHS') accreditation or equivalent and this must be maintained for the duration of the contract. It is a requirement that the provider will ensure that any services conducted under the Contract meet the requirements of all relevant legislation, regulations, guidelines, and standards current at the time of delivery. This includes all Care Quality Commission (CQC) and Department for Education (DfE) standards applicable to the services. The University currently retains an in-house Occupational Health Manager to maintain the triage system, filtering OH requests ahead of referral to the external Provider. The Provider will be required to understand and operate in accordance with this process. The estimated Contract Value is in the region of PS6,000,000 - PS10,000,000 GBP (excluding VAT). It is expected that spend will gradually grow over the first few months of the contract and that additional services outlined in the spec may be added in over the course of the contract. Further details on anticipated spend can be found in File 2 of the tender pack.

Lot Information

Lot 1

The essential services required are Pre-employment health assessments, Pre-enrolment health assessments, Occupational Health referrals, Health Surveillance, Pathology Services, Immunisation and Vaccination services, Work accident and Injury management. The desirable services included in the tender are Specialist immunisations and travel advice, Workstation and workplace assessments, Assistance and other specialist referrals and counselling. This procurement process is being conducted as a Restricted procedure; consisting of both Selection and Invitation to Tender stages. Stage 1 - Selection Stage: An overall pass mark of 50 % shall apply to this stage. The intention is to arrive at a shortlist of a maximum of five qualified potential suppliers for formal invitation to tender. The maximum number of qualified potential suppliers will be based on the top five scores achieved. Where more than the maximum number of potential suppliers have achieved a top five score (i.e. a tie), all of those potential suppliers will be invited to the Invitation to Tender stage. Stage 2 - Invitation to Tender (ITT) stage - A maximum of 5 qualified tenderers will be invited to submit formal tenders at this stage

Renewal: It is anticipated that this service will be re-procured in 2032

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0437a2
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/026472-2024
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services

98 - Other community, social and personal services


CPV Codes

85120000 - Medical practice and related services

85140000 - Miscellaneous health services

85142100 - Physiotherapy services

85147000 - Company health services

85149000 - Pharmacy services

85312300 - Guidance and counselling services

85312310 - Guidance services

85312320 - Counselling services

85312500 - Rehabilitation services

85312510 - Vocational rehabilitation services

98200000 - Equal opportunities consultancy services

Notice Value(s)

Tender Value
£10,000,000 £10M-£100M
Lots Value
£10,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
£8,000,000 £1M-£10M

Notice Dates

Publication Date
20 Aug 20241 years ago
Submission Deadline
7 Mar 2024Expired
Future Notice Date
Not specified
Award Date
13 Aug 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
This is likely to be re-procured in 2032

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
UNIVERSITY OF SOUTHAMPTON
Contact Name
Rosie Pringle
Contact Email
procurement@soton.ac.uk
Contact Phone
+44 2380595000

Buyer Location

Locality
SOUTHAMPTON
Postcode
SO17 1BJ
Post Town
Southampton
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ3 Hampshire and Isle of Wight
Small Region (ITL 3)
TLJ32 Southampton
Delivery Location
TLJ3 Hampshire and Isle of Wight

Local Authority
Southampton
Electoral Ward
Portswood
Westminster Constituency
Southampton Test

Supplier Information

Number of Suppliers
1
Supplier Name

TP HEALTH

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0437a2-2024-08-20T13:37:43+01:00",
    "date": "2024-08-20T13:37:43+01:00",
    "ocid": "ocds-h6vhtk-0437a2",
    "description": "E-Tendering Portal: The University is utilising an electronic tendering tool, In-Tend (https://intendhost.co.uk/ universityofsouthampton) to manage this procurement and to communicate with potential suppliers and/or tenderers (as appropriate). All documentation in relation to this tender can be downloaded from In-Tend. Potential suppliers/tenderers are advised that there will be no hard copy documents issued and all communications with the University, including the submission of Selection Stage and/or Invitation to Tender responses will be conducted via In-Tend. Regular monitoring of the portal is the responsibility of the potential supplier/tenderer. If you are not already registered as a supplier with the University of Southampton, you will need to register in In-Tend in order to access the procurement documentation. Once you have logged in as a supplier: click on 'Tenders'; locate the relevant project; and click 'View Details'. Once you are in the project screen, you will be able to register your organisation against the project and access all documentation by clicking 'Express Interest'. Potential suppliers/tenderers are advised that formal expressions of interest in the project must be by way of completion and return of the relevant documents via In-Tend. Further instructions for the submission of responses are below: To submit your return: 1. Log in 2. Click 'Tenders' 3. Locate the relevant project 4. View details 5. Click on the tab relating to the relevant project stage (e.g. 'Invitation to Tender') 6. Click on the 'Attach Documents' button and upload your return. 7. Check ALL your response documents are uploaded and displayed in the 'My Tender Return' panel. The system will only permit your organisation to make one return. 8. Click the red 'Submit Return' button. Please note, to preserve the integrity of the procurement, all communications with the University must be made via the correspondence function within In-Tend. Publication of Award Details: In accordance with Regulation 50, paragraph (2) of the Public Contracts Regulations 2015 and subject to Article 5 and Annex 5, Part D (13) of Directive 2014/24/EU of the European Parliament and of the Council (if applicable), the University intends to publish the value of any resulting contract at the award stage, and reserves the right to do so. By submitting a response, potential suppliers/tenderers are consenting to publication of this information unless otherwise agreed in advance with the University. Costs and Expenses: Potential suppliers/tenderers are solely responsible for their costs and expenses incurred in connection with the preparation and submission of responses and participation in this and all future stages of this procurement. Under no circumstances will the University be liable for any costs or expenses borne by potential suppliers/tenderers or any of their supply chain, partners or advisers in this procurement process. The University is not liable for any costs in the event of the cancellation of this procurement process.",
    "initiationType": "tender",
    "tender": {
        "id": "2023UoS-1095",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Occupational Health Services and Supplementary Services",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "85140000",
            "description": "Miscellaneous health services"
        },
        "mainProcurementCategory": "services",
        "description": "The University of Southampton is looking to enter into an Eight (8) year contract for the provision of Occupational Health Services for both Staff and Students. The Provider shall deliver the services that support the University of Southampton in meeting the objectives of: * Meeting legislative requirements and maintaining duty of care to staff * Ensuring fitness to work and/or fitness to practice of staff and students. * Performing inoculations and vaccinations * The provision of counselling * Promoting physical and mental wellbeing amongst staff and students to optimise attendance, engagement, resilience, and performance. * Supporting staff and students with illness, injury or other medical or health requirements assisting in the prevention of health-related problems amongst the University of Southampton' staff and students as a result of their activities and providing assistance in the treatment of any such problems. * Assisting the University of Southampton to reduce levels of sickness absence. * Identifying trends in work-related absence and prioritising and tackling significant health and wellbeing-related issues. The Provider shall at the point of tendering hold Safe Effective Quality Occupational Health Service ('SEQOHS') accreditation or equivalent and this must be maintained for the duration of the contract. It is a requirement that the provider will ensure that any services conducted under the Contract meet the requirements of all relevant legislation, regulations, guidelines, and standards current at the time of delivery. This includes all Care Quality Commission (CQC) and Department for Education (DfE) standards applicable to the services. The University currently retains an in-house Occupational Health Manager to maintain the triage system, filtering OH requests ahead of referral to the external Provider. The Provider will be required to understand and operate in accordance with this process. The estimated Contract Value is in the region of PS6,000,000 - PS10,000,000 GBP (excluding VAT). It is expected that spend will gradually grow over the first few months of the contract and that additional services outlined in the spec may be added in over the course of the contract. Further details on anticipated spend can be found in File 2 of the tender pack.",
        "value": {
            "amount": 10000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The essential services required are Pre-employment health assessments, Pre-enrolment health assessments, Occupational Health referrals, Health Surveillance, Pathology Services, Immunisation and Vaccination services, Work accident and Injury management. The desirable services included in the tender are Specialist immunisations and travel advice, Workstation and workplace assessments, Assistance and other specialist referrals and counselling. This procurement process is being conducted as a Restricted procedure; consisting of both Selection and Invitation to Tender stages. Stage 1 - Selection Stage: An overall pass mark of 50 % shall apply to this stage. The intention is to arrive at a shortlist of a maximum of five qualified potential suppliers for formal invitation to tender. The maximum number of qualified potential suppliers will be based on the top five scores achieved. Where more than the maximum number of potential suppliers have achieved a top five score (i.e. a tie), all of those potential suppliers will be invited to the Invitation to Tender stage. Stage 2 - Invitation to Tender (ITT) stage - A maximum of 5 qualified tenderers will be invited to submit formal tenders at this stage",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Desirable Services",
                            "type": "quality",
                            "description": "12"
                        },
                        {
                            "name": "Business Context and Awareness",
                            "type": "quality",
                            "description": "13"
                        },
                        {
                            "name": "Adaptability of Service/ Continuous Improvement",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Data Protection",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Demonstration Response",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Management of Communications",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "value": {
                    "amount": 10000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2880
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "It is anticipated that this service will be re-procured in 2032"
                },
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "Under the Restricted procedure, all Potential Suppliers may access and download the Selection Stage document set (including a Selection Questionnaire and Selection Stage Additional Response Requirements Workbook (if applicable)) via In-Tend. In order to formally express an interest in this procurement, Potential Suppliers must complete the Selection Stage document set and submit their final Selection Stage Response to the University for evaluation by the deadline for submission of Selection Stage Responses detailed in the Procurement Timetable . An overall pass mark of 50% shall apply at Selection Stage evaluated against the requirements detailed within this Selection Stage document set. Potential Suppliers who do not achieve an overall score of 50% or higher will not be eligible for progression to formal Invitation to Tender (ITT) stage (Stage 2). It is the University's intention to arrive at a short list of 5 Potential Suppliers for the ITT stage. The number of Potential Suppliers will be based on the top 5 percentage scores at or above the overall pass mark. In the event of a tie at 5th place suppliers will be taken through to the invitation to tender round. The tie rules will only apply to 5th place and will not apply to any other tie situations. Where less than 5 Potential Suppliers meet or exceed the overall pass mark, only those Potential Suppliers who meet or exceed the overall pass mark will be invited to formal ITT stage. At Selection Stage submissions will be measured against: Mandatory Technical Requirements- Pass/Fail Mandatory Non-Functional IT Requirements- Pass/Fail Desirable Technical Requirements- 97% (Overall) Flexible Capacity- 25% Relevant Experience- 22% Business Awareness- 25% Management Information-25% Desirable Non-Functional IT Requirements- 3%"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85120000",
                        "description": "Medical practice and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85142100",
                        "description": "Physiotherapy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85147000",
                        "description": "Company health services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85149000",
                        "description": "Pharmacy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85312300",
                        "description": "Guidance and counselling services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85312310",
                        "description": "Guidance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85312320",
                        "description": "Counselling services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85312500",
                        "description": "Rehabilitation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85312510",
                        "description": "Vocational rehabilitation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98200000",
                        "description": "Equal opportunities consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ3"
                    },
                    {
                        "region": "UKJ3"
                    }
                ],
                "deliveryLocation": {
                    "description": "Highfield Campus: University Road, Southampton, Hampshire SO17 1BJ Whilst a large proportion of the service requirement can be conducted online , Immunization and Vaccinations administration for example will need to be conducted in person."
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://in-tendhost.co.uk/universityofsouthampton",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "To support the financial assessment, the University will obtain a Business Risk Report for all Tenderers and every organisation that is being relied on to meet this procurement, using an independent company called Creditsafe. The University reserves the right to exclude a Tenderer or request provision of further assurances such as parent company/bank guarantee or performance bonds where a Tenderer's Business Risk Score is: \"Moderate Risk\"; \"High Risk\"; \"Very High Risk\"; or \"Not Rated\", based on the rating provided by Creditsafe Where a Business Risk Score from our external system is not available, then an alternative method of assessing financial standing will be used. This method is detailed within the Invitation to Tender document set.",
                    "minimum": "Minimum level(s) of standards possibly required: Tenderers are advised that a requirement of this procurement is to have in place, or commit to obtain prior to the commencement of the contract, the following minimum insurance levels: Employers (Compulsory) Liability: PS10 million GBP per occurrence. Public Liability: PS10 million GBP per occurrence. Professional Indemnity Insurance: PS5 million GBP per occurrence. Medical Malpractice Insurance: PS5 million GBP per occurrence. Cyber Liability Insurance: PS2 million GBP per occurrence.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "The selection criteria is as stated in the Selection Stage document set The Provider shall hold Safe Effective Quality Occupational Health Service ('SEQOHS') accreditation and ensure that any services conducted under the Contract meet the requirements of all relevant legislation, regulations, guidelines, and standards current at the time of delivery. This includes all Care Quality Commission (CQC) and Department for Education (DfE) standards applicable to the services. However, potential suppliers' attention is drawn to the MANDATORY requirements of the selection criteria: e.g. - Grounds for mandatory exclusion - Grounds for discretionary exclusion - Economic & Financial Standing - Insurance - Compliance with equality legislation - Health & Safety Mandatory Non-Functional Requirements Additionally, potential suppliers' attention is drawn to the MANDATORY requirements of the award criteria. Full information is provided in the draft Invitation to Tender document set, which is made available at the Selection Stage for information. Control of Contractors Health & Safety (CC3) Form (File 9)",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-03-07T12:00:00Z"
        },
        "secondStage": {
            "invitationDate": "2024-04-11T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 360
            }
        },
        "hasRecurrence": true,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "hasElectronicPayment": true
        },
        "recurrence": {
            "description": "This is likely to be re-procured in 2032"
        }
    },
    "parties": [
        {
            "id": "GB-UKPRN-10007158",
            "name": "UNIVERSITY OF SOUTHAMPTON",
            "identifier": {
                "legalName": "UNIVERSITY OF SOUTHAMPTON",
                "id": "10007158",
                "scheme": "GB-UKPRN"
            },
            "address": {
                "streetAddress": "HIGHFIELD CAMPUS,UNIVERSITY ROAD",
                "locality": "SOUTHAMPTON",
                "region": "UKJ32",
                "postalCode": "SO171BJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Rosie Pringle",
                "telephone": "+44 2380595000",
                "email": "procurement@soton.ac.uk",
                "url": "https://in-tendhost.co.uk/universityofsouthampton"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.southampton.ac.uk/",
                "buyerProfile": "http://www.southampton.ac.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "09",
                        "description": "Education"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-104483",
            "name": "University Of Southampton",
            "identifier": {
                "legalName": "University Of Southampton"
            },
            "address": {
                "streetAddress": "University of Southampton,UNIVERSITY ROAD",
                "locality": "Southampton",
                "postalCode": "SO17 1BJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2380595000",
                "email": "procurement@soton.ac.uk"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-COH-05770728",
            "name": "TP Health Limited",
            "identifier": {
                "legalName": "TP Health Limited",
                "id": "05770728",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "20 Grosvenor Place,",
                "locality": "London",
                "region": "UKI",
                "postalCode": "SW1X 7HN",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-121934",
            "name": "University of Southampton",
            "identifier": {
                "legalName": "University of Southampton"
            },
            "address": {
                "streetAddress": "procurement@soton.ac.uk",
                "locality": "Southampton",
                "postalCode": "SO17 1BJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@soton.ac.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-UKPRN-10007158",
        "name": "UNIVERSITY OF SOUTHAMPTON"
    },
    "language": "en",
    "awards": [
        {
            "id": "026472-2024-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-05770728",
                    "name": "TP Health Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "026472-2024-1",
            "awardID": "026472-2024-1",
            "status": "active",
            "value": {
                "amount": 8000000,
                "currency": "GBP"
            },
            "dateSigned": "2024-08-14T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    }
}