Section one: Contracting authority
one.1) Name and addresses
Welsh Government
T’yr Afon, Bedwas Road
Caerphilly
CF83 8WT
commercialprocurement.peoplecorporate@gov.wales
Country
United Kingdom
NUTS code
UKL - Wales
Internet address(es)
Main address
https://gov.wales/public-sector-procurement
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA27760
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://etenderwales.bravosolution.co.uk/home.html
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/home.html
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://etenderwales.bravosolution.co.uk/home.html
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Occupational Health and Associated Services
Reference number
WGCD-PCS-118-22
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
Welsh Government Commercial Delivery (formally NPS), on behalf of the Welsh Public Sector, wishes to establish a collaborative Framework Agreement for the supply of Occupational Health and Associated Services (WGCD-PCS-118-22) key areas include but are not limited to:
— occupational health services,
— employee assistance programme,
— face 2 face counselling and psychotherapy inc CBT and EMDR,
— employee eye care,
— physiotherapy services.
two.1.5) Estimated total value
Value excluding VAT: £12,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Occupational Health Services
Lot No
1
two.2.2) Additional CPV code(s)
- 85142100 - Physiotherapy services
- 85100000 - Health services
- 85147000 - Company health services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
This Lot will be for the provision of Occupational Health Services (including but not limited to Nurse Advisors, Technicians, Physicians, Specialist Medical Practitioners etc) to deliver a wide range of occupational health services.
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
48
This contract is subject to renewal
No
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
two.2) Description
two.2.1) Title
Employee Assistance Programme
Lot No
2
two.2.2) Additional CPV code(s)
- 85100000 - Health services
- 85312300 - Guidance and counselling services
- 85312320 - Counselling services
- 85147000 - Company health services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
This Lot will be for the provision of a high quality, flexible Employee Assistance Programme, providing confidential support to employees over the full range of work related or personal matters that may impact on workplace performance or mental health and well-being and seek to resolve, manage, and prevent those issues where possible.
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
48
This contract is subject to renewal
No
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
two.2) Description
two.2.1) Title
Face 2 Face Counselling and Psycotherapy inc CBT and EMDR
Lot No
3
two.2.2) Additional CPV code(s)
- 85312300 - Guidance and counselling services
- 85312320 - Counselling services
- 85100000 - Health services
- 85147000 - Company health services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
This Lot will be for the provision of structured face 2 face counselling and psychotherapy including CBT and EMDR.
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
48
This contract is subject to renewal
No
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
two.2) Description
two.2.1) Title
Employee Eye Care
Lot No
4
two.2.2) Additional CPV code(s)
- 85100000 - Health services
- 85147000 - Company health services
- 33730000 - Eye care products and corrective lenses
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
This Lot will be for the provision of Employee Eye Care to meet the minimum legal requirements for the provision of eye wear for defined visual display users and additional requirements for drivers and prescription safety glasses.
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
48
This contract is subject to renewal
No
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
two.2) Description
two.2.1) Title
Physiotherapy Services
Lot No
5
two.2.2) Additional CPV code(s)
- 85100000 - Health services
- 85142100 - Physiotherapy services
- 85147000 - Company health services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
This Lot will be for the provision of physiotherapy services to support Customer Organisations by providing preventative and reactive physiotherapy services to their employees.
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
48
This contract is subject to renewal
No
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
Selection criteria as stated in the procurement documents.
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 32
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 000-017320
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 November 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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
17 November 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: 4 Years
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
Over 73 public sector organisation in Wales are eligible to use WGCD Agreements, including all Local Authorities, NHS bodies, Welsh Government, Welsh Government Sponsored Bodies, the Police, Fire and Rescue Services, Higher and Further Education.
In accordance with Regulation 33(5) of the Public Contracts Regulations 2015 (as amended), these procedures for awarding call-off contracts under the framework may be applied only between the contracting authorities clearly identified in the tender documentation.
A copy of this list has been uploaded in the suppliers attachment area of the ITT at the time the notice was published to ensure compliance with the requirements of the Public Contracts Regulations.
The Welsh Ministers will not be liable for any bidder costs arising from the non award of the framework.
NOTE: The authority is using eTenderwales to carry out this procurement process. All tender documentation can be found within the supplier attachments area of the qualification questionnaire applicable to all lots.
Under the terms of this contract the successful supplier(s) will be required to deliver Social Value Commitments to support the Client and Customer Organisations to deliver the Well-Being of Future Generations Act goals. The WGCD is committed to a performance and evidence-based approach to Social Value. Based on the National TOMs (Themes, Outcomes and Measures), developed in partnership with the National Social Value Taskforce for Wales (including WLGA and other Public Sector Stakeholders), Bidders are required to propose credible targets against which performance (of the Framework Supplier(s)) will be monitored. Further details are included within the tender documentation.
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=124974
(WA Ref:124974)
The buyer considers that this contract is suitable for consortia.
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
commercialprocurement.peoplecorporate@gov.wales
Telephone
+44 2079477501
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Welsh Government
T’yr Afon, Bedwas Road
Caerphilly
CF83 8WT
commercialprocurement.peoplecorporate@gov.wales
Country
United Kingdom