Section one: Contracting authority
one.1) Name and addresses
Glyndwr University
Plas Coch, Mold Road
Wrexham
LL11 2AW
Telephone
+44 1978293188
Fax
+44 1978293188
Country
United Kingdom
NUTS code
UKL23 - Flintshire and Wrexham
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0288
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
http://www.sell2wales.gov.wales
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://www.sell2wales.gov.wales
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
http://www.sell2wales.gov.wales
one.4) Type of the contracting authority
Other type
University
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
To provide Occupational Health & Associated Services to Students & Staff
Reference number
AS/MJ/DS/03/07/2022
two.1.2) Main CPV code
- 85140000 - Miscellaneous health services
two.1.3) Type of contract
Services
two.1.4) Short description
Wrexham Glyndwr University requires a professional Occupational Health provider to deliver the requisite services for both its staff and student cohorts, with specialist advice in respect of the health and wellbeing of its workforce.
The Occupational Health will provide HR with a confidential and independent service, advising and supporting employees and management locally accessible to the University. The aim is to ensure that employees are fit and healthy enough to carry out their normal duties, to provide information to enable an informed decision to be made between the manager and individual and that students are of appropriate health (physical and mental) to undertake a professional programme of study.
The High-level core services that the Provider shall deliver for the University are:
Post-offer health assessments for staff
OH, referrals for work-related ill health and attendance management, including ill health
Pre-course and placement clearance for Nursing and Allied Health Professions students
Retirements and pensions medicals for staff and periodic assessments of fitness to work/study for staff and/or students
Non-core Services that the Provider may be required to deliver, and which will be stipulated by the University in their Contract include but are not limited to (these are expanded upon in Sections 6 and 7) of Appendix 1 Contract Specification.
Health surveillance for staff and/or students, including respiratory, hard/arm vibration, repetitive strain injury, dermatology, hearing, vision, asbestos, and substances in schedule of COSHH regulations and safety-critical work and other statutory assessments (food handler, night worker, new and expectant mother, driver)
Immunisations and vaccinations for staff and students, including BCG, BCG scar check, MMR, Varicella/VZV, Hep A, Hep B, Mantoux test, Diptheria/Tetanus/Polio (REVAXIS) and Influenza Workstation and workplace assessments for staff
Proactive health promotion and education activities and wellbeing events for staff and/or students
Assistance and other specialist referrals, including physiotherapy, psychiatric assessment/treatment, and counselling for staff and/or students.
The Provider may also be required to deliver Specialist Non-core Services including, but not limited to (these are expanded upon in Sections 6 and 7 of Appendix 1 - Contract Specification):
Specialist health surveillance for staff and/or students, including exposure to chemical and biological agents, pathogens, hazardous substances, genetically modified organisms, lead and ionising radiation and animals
Pathology services, including BBV, Hep C, Hep B, MMR and VZV tests, alcohol, and drug screening
Specialist immunisations and travel advice/vaccinations, including fitness to travel screening and risk assessment, travel advice and travel vaccinations
Work accidents and injuries treatment and management, including sharps/needlestick injury, splash injury, body fluid exposure, Post Exposure Prophylaxis (PEP) and work-related upper limb disorder (WRULD).
The University will be looking to award an initial 3-year contract with an option for 2 x 1-year extensions which is subject to annual review and based on performance.
The anticipated contract commencement date is provisionally from 1st October 2022 (exact contract start date subject to final agreement with appointed provider).
two.1.5) Estimated total value
Value excluding VAT: £400,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85140000 - Miscellaneous health services
- 85147000 - Company health services
two.2.3) Place of performance
NUTS codes
- UKL2 - East Wales
- UKL23 - Flintshire and Wrexham
Main site or place of performance
Wrexham and St Asaph
two.2.4) Description of the procurement
See short description section
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
after 3 years or after 4 or 5 subject to contract extension option
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 Appendix 1 - Contract Specification
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.2.3) 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
22 August 2022
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
22 August 2022
Local time
1:00pm
Place
Wrexham
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 30 months time
six.2) Information about electronic workflows
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=123376.
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:123376)
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