Section one: Contracting authority
one.1) Name and addresses
Cardiff Metropolitan University
Llandaff campus, Western Avenue, Llandaff
Cardiff
CF5 2YB
Contact
Abigail Naci
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