Solihull Council Occupational Health Contract
Occupational Health – Lot No: 1. Employee Assistance Programme – Lot No: 2.
United Kingdom-Solihull: Health services
2018/S 230-525950
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Council House, Manor Square
Solihull
B91 3QB
United Kingdom
Contact person: Corporate Procurement Service
E-mail: procurementteam@solihull.gov.uk
NUTS code: UKG32
Address of the buyer profile: www.csw-jets.co.uk
I.1)Name and addresses
Endeavour House, Meriden Drive
Solihull
B37 6BX
United Kingdom
Contact person: Corporate Procurement Service
E-mail: procurementteam@solihull.gov.uk
NUTS code: UKG32Internet address(es):Main address: www.solihull.gov.uk
Address of the buyer profile: www.csw-jets.co.uk
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
SOL — Occupational Health (Lot 1) and Employee Assistance Programme (Lot 2) Provision
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
SMBC is looking to provide a comprehensive and highly integrated range of Occupational Health Services (OHS) and an Employee Assistance Programme (EAP) so that the Council is able to meet its common law and statutory duties of care for the health, safety and welfare of its employees in their working environment. The Council recognises that work can have an impact on employees’ health and wellbeing, and healthy and well-motivated employees can have a positive impact on the productivity and effectiveness of our service.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Occupational Health
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Occupational Health Contractor will be required to provide the following essential Core Clinical Services:
— pre-employment medical checks,
— in-service referrals – assessment of fitness for continued employment,
— in-service referrals – specific types of assessment that may be required,
— counselling services, using cognitive-based therapy, and support in the event of trauma,
— case conferences/case management discussions,
— in-service health surveillance/referrals relating to workplace hazards,
— assessment of the occupational health risks of certain job roles and, if necessary, the immunisation requirements,
— risk assessment where employees are at a greater level of risk of blood borne viruses due to nature of the job role/medical condition,
— independent doctor assessments for the Local Government Pension Scheme,
— health and wellbeing promotion,
— MSK/physiotherapy services(’MSK Clinic’).
Optional services to be provided on an ad hoc basis – price to be based on an ‘as and when used’ basis:
— vaccinations, e.g. Hepatitis B,
— ergonomic assessments.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 month initial term followed by 2 x 24 month extensions subject to performance
II.2.10)Information about variants
II.2.11)Information about options
24 month initial term followed by 2 x 24 month extensions subject to performance
II.2.13)Information about European Union funds
II.2.14)Additional information
The value stated covers both lots for the maximum term of 6 years.
II.2.1)Title:
Employee Assistance Programme
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The employee assistance programme service will cover a range of areas including citizen advice style money advice and debt management, legal information and guidance, and a web site portal with interactive content and information, underpinned by good quality data and analysis. The Council will require provision of utilisation reports. The Contractor will be expected to liaise closely with the Council’s Occupational Health Service contractor and other stakeholders as necessary.
The EAP Contractor will be required to provide the following essential core services:
— 24-hour and 365 day telephone support, advice and telephone counselling services,
— assessment of needs,
— structured short-term psychological interventions delivered face to face,
— emergency appointments for trauma or bereavement,
— formal management referrals,
— management consultations,
— management information and reports,
— design and implementation of an effective programme launch and thereafter regular awareness initiatives,
— website information and services to support the EAP.
Additional services to be provided on an ad hoc basis as requested by the Council – The agreed fee to be invoiced via usual invoicing process when the services have been utilised:
— trauma support and design of critical incident plans,
— wellbeing initiatives.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 month initial term followed by 2 x 24 month extensions subject to performance.
II.2.10)Information about variants
II.2.11)Information about options
24 month initial term followed by 2 x 24 month extensions subject to performance.
II.2.13)Information about European Union funds
II.2.14)Additional information
The value stated covers both lots for the maximum term of 6 years.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Please refer to the procurement documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
Please refer to the tender documents.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
To express an interest in this tendering opportunity and to be able to access the procurement documentation, you will need to register on the councils e-tendering system, CSW-JETS at www.csw-jets.co.uk. Once registered you will be able to see the procurement project within the tenders section. To view the documentation, click “express interest”. All correspondence relating to this procurement must be sent via the “correspondence” function on CSW-JETS.
The contract value estimated is for both lots for the full 6 year potential term.
VI.4.1)Review body
Solihull
B91 3QB
United Kingdom
VI.5)Date of dispatch of this notice: