Section one: Contracting authority
one.1) Name and addresses
Conwy County Borough Council
Bodlondeb, Bangor Road
Conwy
LL32 8DU
Contact
Sarah Martin
Telephone
+44 1492574000
Country
United Kingdom
NUTS code
UKL13 - Conwy and Denbighshire
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0389
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=107497
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=107497
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Occupational Health Service
Reference number
OH2021
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
Conwy County Borough Council are seeking to appoint an occupational health Provider who is able to address the issues presented by a large diverse workforce and who can provide a comprehensive service that is timely, aligned, accessible, proactive and cost effective.
two.1.5) Estimated total value
Value excluding VAT: £480,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85100000 - Health services
- 98330000 - Physical well-being services
two.2.3) Place of performance
NUTS codes
- UKL13 - Conwy and Denbighshire
Main site or place of performance
Conwy County
two.2.4) Description of the procurement
Currently the occupational health services is externalised and the existing contract is due to expire by 31st May 2021.
The term of the new contract will be for 3 years with an option for the Authority to extend for a further period of up to 24 months, plus a further year if required.
There are no guarantees on service usage levels or numbers of referrals.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £480,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further 2 years plus 1 year.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please see the tender pack for full details.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
11 March 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English, Welsh
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
11 March 2021
Local time
2:00pm
Place
Electronically / virtually
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
six.3) Additional information
For several years the Authority’s occupational health referral, appointment and reporting process has been an online service, via a web based portal. The Authority seeks to continue with an online service.
The Online Case Management IT Platform/Portal must provide online management referrals, online questionnaires, reports and online case tracking and management information.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=107497.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(WA Ref:107497)
The buyer considers that this contract is suitable for consortia.
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Conwy County Borough Council
Bangor Road
Conwy
LL32 8DU
Country
United Kingdom