Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Occupational Health Services and Supplementary Services

  • Cyhoeddwyd gyntaf: 07 Chwefror 2024
  • Wedi'i addasu ddiwethaf: 07 Chwefror 2024

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-0437a2
Cyhoeddwyd gan:
University of Southampton
ID Awudurdod:
AA20936
Dyddiad cyhoeddi:
07 Chwefror 2024
Dyddiad Cau:
07 Mawrth 2024
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

UNIVERSITY OF SOUTHAMPTON

10007158

University of Southampton,UNIVERSITY ROAD

Southampton

SO17 1BJ

UK

Person cyswllt: Rosie Pringle

Ffôn: +44 2380595000

E-bost: procurement@soton.ac.uk

NUTS: UKJ32

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.southampton.ac.uk/

Cyfeiriad proffil y prynwr: www.southampton.ac.uk

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://in-tendhost.co.uk/universityofsouthampton


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://in-tendhost.co.uk/universityofsouthampton


I.4) Y math o awdurdod contractio

Corff a lywodraethir gan gyfraith gyhoeddus

I.5) Prif weithgaredd

Addysg

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Occupational Health Services and Supplementary Services

Cyfeirnod: 2023UoS-1095

II.1.2) Prif god CPV

85140000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

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 £6,000,000 - £10,000,000 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.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 10 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

85120000

85142100

85147000

85149000

85312300

85312310

85312320

85312500

85312510

98200000

II.2.3) Man cyflawni

Cod NUTS:

UKJ3


Prif safle neu fan cyflawni:

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.

II.2.4) Disgrifiad o’r caffaeliad

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

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Invitation To Tender- Desirable Services / Pwysoliad: 12

Maes prawf ansawdd: Invitation To Tender- Business Context and Awareness / Pwysoliad: 13

Maes prawf ansawdd: Invitation To Tender- Service Availability / Pwysoliad: 10

Maes prawf ansawdd: Invitation To Tender- Adaptability of Service/ Continuous Improvement / Pwysoliad: 10

Maes prawf ansawdd: Invitation To Tender- Data Protection / Pwysoliad: 5

Maes prawf ansawdd: Invitation To Tender- Demonstration Response / Pwysoliad: 10

Price / Pwysoliad:  30

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 10 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 96

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

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

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Nifer yr ymgeiswyr a ragwelir: 5

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

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%

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

This procurement is not suitable for splitting into lots. The requirement for consistency of service provision, management information and clarity of access routes for users of the service would not allow this procurement to be split into lots.

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

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.


Lefel(au) gofynnol y safonau sydd eu hangen:

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: £10 million GBP per occurrence.

Public Liability: £10 million GBP per occurrence.

Professional Indemnity Insurance: £5 million GBP per occurrence.

Medical Malpractice Insurance: £5 million GBP per occurrence.

Cyber Liability Insurance: £2 million GBP per occurrence.

III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

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)


III.2) Amodau sy’n gysylltiedig â’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn gyfyngedig

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 07/03/2024

Amser lleol: 12:00

IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd

Dyddiad: 11/04/2024

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 12  (o’r dyddiad a nodwyd i dendr ddod i law)

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:

This is likely to be re-procured in 2032

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

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.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

University Of Southampton

University of Southampton,UNIVERSITY ROAD

Southampton

SO17 1BJ

UK

Ffôn: +44 2380595000

E-bost: procurement@soton.ac.uk

VI.5) Dyddiad anfon yr hysbysiad hwn

06/02/2024

Codio

Categorïau nwyddau

ID Teitl Prif gategori
85312500 Gwasanaethau adsefydlu Gwasanaethau gwaith cymdeithasol heb lety
85312510 Gwasanaethau adsefydlu galwedigaethol Gwasanaethau gwaith cymdeithasol heb lety
85312320 Gwasanaethau cwnsela Gwasanaethau gwaith cymdeithasol heb lety
85312310 Gwasanaethau cyfarwyddyd Gwasanaethau gwaith cymdeithasol heb lety
85312300 Gwasanaethau cyfarwyddyd a chwnsela Gwasanaethau gwaith cymdeithasol heb lety
85149000 Gwasanaethau fferyllol Gwasanaethau iechyd amrywiol
85142100 Gwasanaethau ffisiotherapi Gwasanaethau parameddygol
85140000 Gwasanaethau iechyd amrywiol Gwasanaethau iechyd
85147000 Gwasanaethau iechyd cwmni Gwasanaethau iechyd amrywiol
85120000 Gwasanaethau ymarfer meddygol a gwasanaethau cysylltiedig Gwasanaethau iechyd
98200000 Gwasanaethau ymgynghori ar gyfle cyfartal Gwasanaethau cymunedol, cymdeithasol a phersonol eraill

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
procurement@soton.ac.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.