Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

To provide Occupational Health & Associated Services to Students & Staff

  • First published: 22 July 2022
  • Last modified: 22 August 2022
  • This file may not be fully accessible.

  •  

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-kuma6s-123376
Published by:
Wrexham University
Authority ID:
AA0288
Publication date:
22 July 2022
Deadline date:
30 August 2022
Notice type:
02 Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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). CPV: 85140000, 85140000, 85147000.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
85147000 Company health services Miscellaneous health services
85140000 Miscellaneous health services Health services

Delivery locations

ID Description
1013 Conwy and Denbighshire
1023 Flintshire and Wrexham

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
22 July 2022
Deadline date:
30 August 2022 00:00
Notice type:
02 Contract Notice
Authority name:
Wrexham University
Publication date:
19 August 2022
Notice type:
14 Corrigendum
Authority name:
Wrexham University
Publication date:
22 August 2022
Notice type:
14 Corrigendum
Authority name:
Wrexham University

About the buyer

Main contact:
arwel.staples@glyndwr.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
19/08/2022 07:59
Notice date(s) changed
IV.2.2) Time limit
Old date: 22/08/2022 12:00
New date: 26/08/2022 12:00

IV.2.7) Conditions for opening of tenders
Old date: 22/08/2022 13:00
New date: 30/08/2022 08:30

Following recent dialogue with the current service provider regarding the current contract provision, there is now an expectation that TUPE may now apply , involving 1 staff member which is an Occupational Health Nurse. Therefore, the required TUPE information will be uploaded onto the Sell2Wales platform for bidders to review and update their ITT submission accordingly. The Tender response deadline has now been extended by a further 4 days to the 30/08/2022 at 12.00 noon to allow Bidders to amend their ITT submission. I
19/08/2022 08:01
TUPE and Tender deadline extension
Following recent dialogue with the current service provider regarding the current contract provision, there is now an expectation that TUPE may now apply , involving 1 staff member which is an Occupational Health Nurse. Therefore, the required TUPE information will be uploaded onto the Sell2Wales platform for bidders to review and update their ITT submission accordingly. The Tender response deadline has now been extended by a further 4 days to the 30/08/2022 at 12.00 noon to allow Bidders to amend their ITT submission.
19/08/2022 08:06
ADDED FILE: TUPE Information
TUPE Information
22/08/2022 13:04
Notice date(s) changed
IV.2.2) Time limit
Old date: 26/08/2022 12:00
New date: 30/08/2022 12:00

IV.2.7) Conditions for opening of tenders
Old date: 30/08/2022 08:30
New date: 30/08/2022 14:00

The correct revised tender deadline is now 30th August 2022 at 12.00 noon rather than 26th August as previous note sent out last friday. Apologies for the confusion. Please can you ensure you have seen the attached additional document TUPE Information that was published on the Sell2Wales website and amend your Tender bids accordingly.

Postbox

The awarding buyer has indicated that it will accept electronic responses to this notice via the Tender Submission Postbox facility.

Submit your tender response electronically in a secure environment.

To create an electronic response please click the "Add to my interest list" button at the top of the page.

For more information on the Postbox Facility please refer to the user guide:

Q&A

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the "View Questions and Answers" button.

Additional documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

docx
docx15.25 KB
This file may not be accessible.
docx
docx264.96 KB
This file may not be accessible.
pdf
pdf1.11 MB
This file may not be accessible.
xlsx
xlsx54.97 KB
This file may not be accessible.
xlsx
xlsx67.46 KB
This file may not be accessible.
docx
docx162.86 KB
This file may not be accessible.
docx
docx340.09 KB
This file may not be accessible.

Replaced documents

There are no previous versions of these documents.


0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.