Tender

Occupational Health & Associated Services

  • Cardiff Metropolitan University

F02: Contract notice

Notice identifier: 2023/S 000-003756

Procurement identifier (OCID): ocds-h6vhtk-03a399

Published 7 February 2023, 3:56pm



Section one: Contracting authority

one.1) Name and addresses

Cardiff Metropolitan University

Llandaff campus, Western Avenue, Llandaff

Cardiff

CF5 2YB

Contact

Abigail Naci

Email

tenders@cardiffmet.ac.uk

Telephone

+44 2920417296

Country

United Kingdom

NUTS code

UKL22 - Cardiff and Vale of Glamorgan

Internet address(es)

Main address

http://www.cardiffmet.ac.uk/procurement/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0259

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/cardiffmet/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/cardiffmet/aspx/Home

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://in-tendhost.co.uk/cardiffmet/aspx/Home

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Occupational Health & Associated Services

Reference number

ITT/23/01

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

The University is seeking a health service provider to manage a consultant led Occupational Health Screening service for approximately 460 Healthcare students.

The health screening programme will be delivered to students that study specific courses within the Cardiff School of Sport and Health Science (CSSHS).

This will be an on-site service based at the University's Llandaff Campus, CF5 2YB. The CSSHS has rooms that are suitable for an external health provider to utilise.

two.1.5) Estimated total value

Value excluding VAT: £300,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85141000 - Services provided by medical personnel
  • 85140000 - Miscellaneous health services

two.2.3) Place of performance

NUTS codes
  • UKL22 - Cardiff and Vale of Glamorgan

two.2.4) Description of the procurement

The University is seeking a health service provider to manage a consultant led Occupational Health Screening service for approximately 460 Healthcare students.

The health screening programme will be delivered to students that study specific courses within the Cardiff School of Sport and Health Science (CSSHS). The courses that require participation in an occupational health screening programme are as follows:

- BSc Healthcare Science

- BSc Human Nutrition & Dietetics

- BSc Podiatry

- BSc Speech & Language Therapy

- MSc/PgDip Dietetics

- BSc Complementary Healthcare (with Practitioner Status) Level 6 top up

- BSc Dental Technology

The following services are currently provided by the incumbent provider:

- screening services,

- the delivery of inoculation programmes for students on the programmes listed above,

- the provision of an ad hoc vaccination service for students not enrolled on the above programmes but where a placement provider and / or the school has advised that it is a requirement,

- at the University’s request, the provision of an ad hoc referral service following a change to students’ occupational health status.

The following vaccinations must be delivered as part of this requirement:

- Hepatitis A (BSc Healthcare Science students only)

- Hepatitis B

- MMR

- Chicken Pox

- Typhoid (BSc Healthcare Science – infection pathway students only – year 2 of study)

- Diphtheria (BSc Healthcare Science – infection pathway students only – year 2 of study)

- Other vaccines as required by NHS placement providers

- BCG (this can be outsourced by the service provider to a third party if necessary)

It is a desirable requirement of the contract that the following vaccination is also delivered by the service provider:

- Influenza (from academic year September 2023. Influenza vaccinations are not required for Dental students)

two.2.5) Award criteria

Quality criterion - Name: Written Proposals / Weighting: 40.00%

Quality criterion - Name: Presentation / Weighting: 20.00%

Cost criterion - Name: Commercial Evaluation / Weighting: 40.00%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Within the contract there will be an option to extend the duration by a further 24 months

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


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

10 March 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English, Welsh

four.2.7) Conditions for opening of tenders

Date

10 March 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: This tender will be advertised again upon expiry of the contract. The contract will be in place for an initial period of 24 months with an option to extend for a further 24 months

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional 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=128826.

(WA Ref:128826)

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