Tender

Occupational Health

  • Transport for Wales Rail Limited (Utility Buyer)

F05: Contract notice – utilities

Notice identifier: 2022/S 000-020558

Procurement identifier (OCID): ocds-h6vhtk-0356bd

Published 28 July 2022, 8:51am



Section one: Contracting entity

one.1) Name and addresses

Transport for Wales Rail Limited (Utility Buyer)

3 Llys Cadwyn, Pontypridd

Rhondda Cynon Taf

CF37 4TH

Email

nathan.jones@tfwrail.wales

Telephone

+44 2920720500

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

http://www.tfwrail.wales

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA80566

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://www.sell2wales.gov.wales

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.sell2wales.gov.wales

one.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Occupational Health

two.1.2) Main CPV code

  • 85147000 - Company health services

two.1.3) Type of contract

Services

two.1.4) Short description

Provide a comprehensive range of occupational health services that allows TfWRL to meet their statutory duties of care for the health, safety and welfare of their employees

A broad summary of the services are as follows:

- Pre employment medicals

- Management referrals

- Drug and Alcohol

- Periodic medicals

- Physio services

- Health Surveillance

- Medical review

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85147000 - Company health services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Scope covers Staff from across the Wales and Borders estate. It is anticipated a minimum of 2 centres are available for clinics(1 North 1 South). This is currently provided at Chester and Cardiff

two.2.4) Description of the procurement

Provide a comprehensive range of occupational health services that allows TfWRL to meet their statutory duties of care for the health, safety and welfare of their employees

A broad summary of the services are as follows:

- Pre employment medicals

- Management referrals

- Drug and Alcohol

- Periodic medicals

- Physio services

- Health Surveillance

- Medical review

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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 12 months

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

During the life of the contract, TfWRL reserves the right to include additional scopes of work from across the Transport for Wales Group.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The scope of the contract will be subject to change during the contract. The buyer reserves the right to add additional scope to the services as part of an overall review across the group of companies.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

Please refer to the attached documents for participation qualifications


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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 022-121302

four.2.2) Time limit for receipt of tenders or requests to participate

Date

26 August 2022

Local time

12:00pm

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

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

29 August 2022

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: 40 months from contract start date

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

PLEASE NOTE: The successful supplier will need to meet the minimum requirements of working within a Railway environment.

Successful supplier will need an ORR registration together with working knowledge of the RSSB standards and associated guidance (document 3655).

Finally, a working knowledge of the Drugs and Alcohol testing regime 8070.

All relevant information is available on the RSSB website

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=123536.

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:123536)

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