Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Glyndwr University
Plas Coch, Mold Road
Wrexham
LL11 2AW
UK
Telephone: +44 1978293188
E-mail: arwel.staples@glyndwr.ac.uk
Fax: +44 1978293188
NUTS: UKL23
Internet address(es)
Main address: https://www.glyndwr.ac.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0288
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
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
I.4) Type of the contracting authority
Other: University
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
To provide Occupational Health & Associated Services to Students & Staff
Reference number: AS/MJ/DS/03/07/2022
II.1.2) Main CPV code
85140000
II.1.3) Type of contract
Services
II.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).
II.1.5) Estimated total value
Value excluding VAT:
400 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85140000
85147000
II.2.3) Place of performance
NUTS code:
UKL2
UKL23
Main site or place of performance:
Wrexham and St Asaph
II.2.4) Description of the procurement
See short description section
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
400 000.00
GBP
II.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
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.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
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
22/08/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
22/08/2022
Local time: 13:00
Place:
Wrexham
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
30 months time
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://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 http://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)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
22/07/2022