Section one: Contracting authority
one.1) Name and addresses
Trivallis Ltd
Trivallis
Pontypridd
CF37 2SW
Contact
Lewis Ford
Country
United Kingdom
NUTS code
UKL15 - Central Valleys
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0787
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etenderwales.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etenderwales.bravosolution.co.uk
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
Reference number
TRIV2023-HR01
two.1.2) Main CPV code
- 85147000 - Company health services
two.1.3) Type of contract
Services
two.1.4) Short description
Trivallis are seeking to appoint an experienced supplier to provide an online OH service for all employees of Trivallis.
The successful supplier must be able to provide the following services, but shall not be limited to;
New Starter Screening (NSS)
General - Occupational Health Service
Referrals
Reports
Annual Health Surveillance Programmes
Health Surveillance Equipment
Display Screen Equipment (DSE)
General Health and Wellbeing
Policies and Procedures
Medical Practitioner Qualifications
Service Provision Objectives & Key Performance Indicators (KPIs)
The OH provider will be required to provide a telephone service to contact employees, the OH provider will be notified a month in advance of any referrals.
Trivallis will require flexibility to accommodate the number of referrals if sickness absence fluctuates. Where required providing a face-to-face appointment at Ty Pennant Mill Street, Pontypridd, CF37 2SW and / or an alternative premises, if the telephone service is not possible.
This tender exercise is intended to assist Trivallis in selecting a single, suitable partner to deliver the required services.
two.1.5) Estimated total value
Value excluding VAT: £250,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 66512000 - Accident and health insurance services
- 66720000 - Accident and health reinsurance services
- 71317200 - Health and safety services
- 75122000 - Administrative healthcare services
- 85000000 - Health and social work services
- 85140000 - Miscellaneous health services
two.2.3) Place of performance
NUTS codes
- UKL15 - Central Valleys
two.2.4) Description of the procurement
Trivallis are seeking to appoint an experienced supplier to provide an online OH service for all employees of Trivallis.
The successful supplier must be able to provide the following services, but shall not be limited to;
New Starter Screening (NSS)
General - Occupational Health Service
Referrals
Reports
Annual Health Surveillance Programmes
Health Surveillance Equipment
Display Screen Equipment (DSE)
General Health and Wellbeing
Policies and Procedures
Medical Practitioner Qualifications
Service Provision Objectives & Key Performance Indicators (KPIs)
The OH provider will be required to provide a telephone service to contact employees, the OH provider will be notified a month in advance of any referrals.
Trivallis will require flexibility to accommodate the number of referrals if sickness absence fluctuates. Where required providing a face-to-face appointment at Ty Pennant Mill Street, Pontypridd, CF37 2SW and / or an alternative premises, if the telephone service is not possible.
This tender exercise is intended to assist Trivallis in selecting a single, suitable partner to deliver the required services.
two.2.5) Award criteria
Quality criterion - Name: Organisational Experience / Weighting: 40
Quality criterion - Name: Evidence of Contributing to Reducing Sickness Levels / Weighting: 10
Quality criterion - Name: Account Management / Weighting: 35
Quality criterion - Name: Value Added Services / Weighting: 15
Price - Weighting: 40
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
The option to extend for an additional 2 years (split 12 months + 12 months), subject to satisfactory review.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As per tender documentation.
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
As per tender documentation.
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
10 August 2023
Local time
1:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 9 February 2024
four.2.7) Conditions for opening of tenders
Date
10 August 2023
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=132986
(WA Ref:132986)
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