Tender

Occupational Health and Associated Services

  • Welsh Government

F02: Contract notice

Notice identifier: 2022/S 000-029046

Procurement identifier (OCID): ocds-h6vhtk-034a4d

Published 14 October 2022, 2:49pm



Section one: Contracting authority

one.1) Name and addresses

Welsh Government

T’yr Afon, Bedwas Road

Caerphilly

CF83 8WT

Email

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

Email

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

Email

commercialprocurement.peoplecorporate@gov.wales

Country

United Kingdom