Occupational Health, Employee Assistance Programmes and Eye Care

A Contract Award Notice
by THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

Source
Find a Tender
Type
Contract (Services)
Duration
4 year (est.)
Value
£1-£143M
Sector
HEALTH
Published
09 Apr 2021
Delivery
To 03 Aug 2025 (est.)
Deadline
n/a

Concepts

Location

United Kingdom:

Geochart for 1 buyers and 76 suppliers

Description

Crown Commercial Service, as the Authority, has put in place an agreement for the provision of Occupational Health, Employee Assistance Programmes and Eye Care Services for use by the UK Public Sector Buyers identified at VI.3). The services within the scope of this framework have been divided into 5 lots, with lot 4 being broken down into regional sub-lots. The lotting structure is: Lot 1 Occupational Health and Employee Assistance Programmes, fully managed service Lot 2 Occupational Health Services on a national basis Lot 3 Employee Assistance Programmes Lots 4.1 to 4.7 Occupational Health Services on a regional basis Lot 5 Eye Care Services * Please note, lots 4.1 to 4.7 will provide UK regional coverage The Deliverables/full specifications are set out in Attachment 1a — Framework Schedule 1 (Specification)

Lot Division

1 Occupational Health and Employee Assistance Programmes, fully managed service

Lot 1 is the provision of a fully managed service, for Occupational Health Services and Employee Assistance Programmes for all of the buyer’s personnel within UK Central Government and Wider Public Sector Organisations including those working remotely, travelling or postings. This Lot enable's buyers to address particular health and attendance issues, meet their statutory obligations with regards to health surveillance, identify the preventative measures that can be taken to minimise the overall risk of sickness absence and to improve employee health and wellbeing in the workplace. Also the provision of Employee Assistance Programmes, suppliers are able to provide support to users over the full range of work related or personal matters that may impact on workplace performance, mental health and wellbeing and seek to resolve, manage and prevent those issues where possible. The suppliers successful will be able to provide all the Lot 1 Deliverables set out in Framework Schedule 1 (Specification). Additional information: The framework term will be 48 months. The framework contract has been awarded to 6 bidders. We also reserved the right to award to any bidder whose final score was within 1 % of the last position of this lot.

Award Criteria
Quality 60
price 40
2 Occupational Health Services on a national basis

Lot 2 provides a compliant route for buyers to procure Occupational Health Services, national coverage, providing Occupational Health advice and services for all of the buyer’s personnel within UK Central Government and Wider Public Sector Organisations including those working remotely, travelling or postings. The services provided under this Lot enable buyers to address particular health and attendance issues, meet their statutory obligations with regards to health surveillance, identify the preventative measures that can be taken to minimise the overall risk of sickness absence and to improve employee health and wellbeing in the workplace. The suppliers successful will be able to provide all the Lot 2 Deliverables set out Attachment 1a - Framework Schedule 1 (Specification). Additional information: The framework term is for 48 months. The framework contract has been awarded to 6 bidders. We also reserved the right to award to any bidder whose final score was within 1 % of the last position of this lot.

Award Criteria
Quality 60
price 40
3 Employee Assistance Programmes

Lot 3 is the provision of Employee Assistance Programmes, providing confidential support for a range of work related or personal matters that may impact on workplace performance, mental health and wellbeing and seek to resolve, manage and prevent those issues where possible for all Contracting Authorities Personnel within all UK Central Government and Wider Public Sector Organisations including those working remotely, postings overseas and travelling overseas. The suppliers succesful will be able to provide all the Lot 3 Deliverables set out in Attachment 1a - Framework Schedule 1 (Specification). Additional information: The framework term is for 48 months. The framework contract has been awarded to 6 bidders. We also reserved the right to award to any bidder whose final score was within 1 % of the last position of this lot.

Award Criteria
Quality 60
price 40
4 Occupational Health Services on a regional basis

Lot 4 provides a compliant route for buyers to procure Occupational Health Services, with regional coverage, providing Occupational Health advice and services for all of the buyer’s personnel within UK Central Government and Wider Public Sector Organisations including those working remotely, travelling or postings. The services provided under the following Lots enable buyers to address particular health and attendance issues, meet their statutory obligations with regards to health surveillance, identify the preventative measures that can be taken to minimise the overall risk of sickness absence and to improve employee health and wellbeing in the workplace. The suppliers successful will be able to provide all the Lot 4 Deliverables set out in Attachment 1a - Framework Schedule 1 (Specification). Lot 4 was broken down into regional sub-lots. The lots are: 4.1 London 4.2 South 4.3 Midlands and East of England 4.4 Northern England 4.5 Wales 4.6 Northern Ireland 4.7 Scotland. Additional information: The framework term will be 48 months. A framework contract was awarded to all bidders who achieved or succeeded in a final score of 35 in Lots 4.1, 4.2, 4.3, 4.4, 4.5, 4.6 and 4.7.

Award Criteria
Quality 60
price 40
5 Eye Care Services

Lot 5 is for the provision of corporate eye care services for all of Contracting Authorities Personnel within UK Central Government and Wider Public Sector Organisations. The service enable the buyers to fulfil their legislative requirements and maintain a duty of care as a responsible employer through the provision of eye examinations and adequate spectacles or eyewear for safety purposes. The Supplier will satisfy statutory obligations in complying with the Health and Safety (Display Screen Equipment) Regulations 1992 Eyes and Eyesight Regulation 5 (as amended in 2002), plus adherence to any relevant future regulations (amendments or new). The suppliers successful will be able to provide all the Lot 5 Deliverables as set out in Attachment 1a - Framework Schedule 1 (Specification). Additional information: The framework term is for 48 months, The framework contract has been awarded to 3 bidders. We also reserved the right to award to any bidder whose final score was within 1 % of the last position of this lot.

Award Criteria
Quality 30
price 70

Award Detail

1 Smart Employee Eyecare (Aberdeen)
  • Reference: 007484-2021-1
  • Value: £5,000,000
2 Ase Corporate Eyecare (East Sussex)
  • Reference: 007484-2021-2
  • Value: £5,000,000
3 Specsavers Optical Superstores (Fareham)
  • Reference: 007484-2021-3
  • Value: £5,000,000
4 Duradiamond Healthcare (Perth)
  • Reference: 007484-2021-4
  • Value: £143,000,000
5 Health Management (East Sussex)
  • Reference: 007484-2021-5
  • Value: £143,000,000
6 Medigold Health Consultancy (Northampton)
  • Reference: 007484-2021-6
  • Value: £143,000,000
7 People Asset Management (Warrington)
  • Reference: 007484-2021-7
  • Value: £143,000,000
8 Team Prevent (Northamptonshire)
  • Reference: 007484-2021-8
  • Value: £143,000,000
9 Optima Health (Redditch)
  • Reference: 007484-2021-9
  • Value: £143,000,000
10 Duradiamond Healthcare (Perth)
  • Reference: 007484-2021-10
  • Value: £40,000,000
11 Health Management (East Sussex)
  • Reference: 007484-2021-11
  • Value: £40,000,000
12 People Asset Management (Warrington)
  • Reference: 007484-2021-12
  • Value: £40,000,000
13 Sugarman Health & Well Being (London)
  • Reference: 007484-2021-13
  • Value: £40,000,000
14 Team Prevent (Northamptonshire)
  • Reference: 007484-2021-14
  • Value: £40,000,000
15 Working on Wellbeing (Redditch)
  • Reference: 007484-2021-15
  • Value: £40,000,000
16 Health Assured (Manchester)
  • Reference: 007484-2021-16
  • Value: £24,000,000
17 People Asset Management Wellbeing (Warrington)
  • Reference: 007484-2021-17
  • Value: £24,000,000
18 Spectrum Wellness (None)
  • Reference: 007484-2021-18
  • Value: £24,000,000
19 Validium Group (Beaconsfield)
  • Reference: 007484-2021-19
  • Value: £24,000,000
20 Vita Health Solutions (Bury)
  • Reference: 007484-2021-20
  • Value: £24,000,000
21 Working on Wellbeing (Redditch)
  • Reference: 007484-2021-21
  • Value: £24,000,000
22 Duradiamond Healthcare (Perth)
  • Reference: 007484-2021-22
  • Value: £5,000,000
23 Health Management (East Sussex)
  • Reference: 007484-2021-23
  • Value: £5,000,000
24 Medigold Health Consultancy (Northampton)
  • Reference: 007484-2021-24
  • Value: £5,000,000
25 People Asset Management (Warrington)
  • Reference: 007484-2021-25
  • Value: £5,000,000
26 RPS Occupational Health (Oxfordshire)
  • Reference: 007484-2021-26
  • Value: £5,000,000
27 Sugarman Health & Well Being (London)
  • Reference: 007484-2021-27
  • Value: £5,000,000
28 Team Prevent (Northamptonshire)
  • Reference: 007484-2021-28
  • Value: £5,000,000
29 Optima Health (Redditch)
  • Reference: 007484-2021-29
  • Value: £5,000,000
30 Duradiamond Healthcare (Perth)
  • Reference: 007484-2021-30
  • Value: £1
31 Health Management (East Sussex)
  • Reference: 007484-2021-31
  • Value: £1
32 Medigold Health Consultancy (Northampton)
  • Reference: 007484-2021-32
  • Value: £1
33 People Asset Management (Warrington)
  • Reference: 007484-2021-33
  • Value: £1
34 RPS Occupational Health (Oxfordshire)
  • Reference: 007484-2021-34
  • Value: £1
35 Sugarman Health & Well Being (London)
  • Reference: 007484-2021-35
  • Value: £1
36 Team Prevent (Northamptonshire)
  • Reference: 007484-2021-36
  • Value: £1
37 Optima Health (Redditch)
  • Reference: 007484-2021-37
  • Value: £1
38 Duradiamond Healthcare (Perth)
  • Reference: 007484-2021-38
  • Value: £1
39 Health Management (East Sussex)
  • Reference: 007484-2021-39
  • Value: £1
40 Medigold Health Consultancy (Northampton)
  • Reference: 007484-2021-40
  • Value: £1
41 People Asset Management (Warrington)
  • Reference: 007484-2021-41
  • Value: £1
42 RPS Occupational Health (Oxfordshire)
  • Reference: 007484-2021-42
  • Value: £1
43 Sugarman Health & Well Being (London)
  • Reference: 007484-2021-43
  • Value: £1
44 Team Prevent (Northamptonshire)
  • Reference: 007484-2021-44
  • Value: £1
45 Optima Health (Redditch)
  • Reference: 007484-2021-45
  • Value: £1
46 Duradiamond Healthcare (Perth)
  • Reference: 007484-2021-46
  • Value: £1
47 Health Management (East Sussex)
  • Reference: 007484-2021-47
  • Value: £1
48 Medigold Health Consultancy (Northampton)
  • Reference: 007484-2021-48
  • Value: £1
49 People Asset Management (Warrington)
  • Reference: 007484-2021-49
  • Value: £1
50 RPS Occupational Health (Oxfordshire)
  • Reference: 007484-2021-50
  • Value: £1
51 Sugarman Health & Well Being (London)
  • Reference: 007484-2021-51
  • Value: £1
52 Team Prevent (Northamptonshire)
  • Reference: 007484-2021-52
  • Value: £1
53 MCL Medics (Southport)
  • Reference: 007484-2021-53
  • Value: £1
54 Optima Health (Redditch)
  • Reference: 007484-2021-54
  • Value: £1
55 Duradiamond Healthcare (Perth)
  • Reference: 007484-2021-55
  • Value: £1
56 Health Management (East Sussex)
  • Reference: 007484-2021-56
  • Value: £1
57 Medigold Health Consultancy (Northampton)
  • Reference: 007484-2021-57
  • Value: £1
58 People Asset Management (Warrington)
  • Reference: 007484-2021-58
  • Value: £1
59 RPS Occupational Health (Oxfordshire)
  • Reference: 007484-2021-59
  • Value: £1
60 Sugarman Health & Well Being (London)
  • Reference: 007484-2021-60
  • Value: £1
61 Team Prevent (Northamptonshire)
  • Reference: 007484-2021-61
  • Value: £1
62 Optima Health (Redditch)
  • Reference: 007484-2021-62
  • Value: £1
63 Health Management (East Sussex)
  • Reference: 007484-2021-63
  • Value: £1
64 RPS Occupational Health (Oxfordshire)
  • Reference: 007484-2021-64
  • Value: £1
65 Sugarman Health & Well Being (London)
  • Reference: 007484-2021-65
  • Value: £1
66 Team Prevent (Northamptonshire)
  • Reference: 007484-2021-66
  • Value: £1
67 Optima Health (Redditch)
  • Reference: 007484-2021-67
  • Value: £1
68 Duradiamond Healthcare (Perth)
  • Reference: 007484-2021-68
  • Value: £1
69 Health Management (East Sussex)
  • Reference: 007484-2021-69
  • Value: £1
70 Medigold Health Consultancy (Northampton)
  • Reference: 007484-2021-70
  • Value: £1
71 People Asset Management (Warrington)
  • Reference: 007484-2021-71
  • Value: £1
72 RPS Occupational Health (Oxfordshire)
  • Reference: 007484-2021-72
  • Value: £1
73 Sugarman Health & Well Being (London)
  • Reference: 007484-2021-73
  • Value: £1
74 Team Prevent (Northamptonshire)
  • Reference: 007484-2021-74
  • Value: £1
75 MCL Medics (Southport)
  • Reference: 007484-2021-75
  • Value: £1
76 Optima Health (Redditch)
  • Reference: 007484-2021-76
  • Value: £1

CPV Codes

  • 85100000 - Health services
  • 85000000 - Health and social work services
  • 85111800 - Pathology services
  • 85111810 - Blood analysis services
  • 85140000 - Miscellaneous health services
  • 85141000 - Services provided by medical personnel
  • 85141200 - Services provided by nurses
  • 85141220 - Advisory services provided by nurses
  • 85142100 - Physiotherapy services
  • 85160000 - Optician services
  • 85312300 - Guidance and counselling services
  • 85312310 - Guidance services
  • 85312320 - Counselling services
  • 85312500 - Rehabilitation services

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/078a424c-e33f-4a44-921a-c9cc37... 1) Contract notice transparency information 2) Contract notice authorised customer list 3) Reserved Rights for CCS framework 4) Details of all successful bidders for each lot * Total value of Lot 4 (4.1 - 4.7) is £5000000.00, therefore lot 4.1 only is showing the total value. For lots 4.2 - 4.7 total value is showing as £1.00 as we are unable to break down the total value of each sub lot, which equals the value of £5000000.00. On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. PLEASE NOTE: All certificates issued prior to 1 April 2020 or before 30 June 2020 on the existing scheme are valid until 30 June 2021. This includes those issued by Accreditation Bodies other than IASME. On 30 June 2021, any certificate issued under the old scheme will expire. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last position. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For assistance please contact the eSourcing Help desk operated by email at help@eSourcingsolution.co.uk or call 0800 069 8630. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs.

Reference

Domains