Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Cardiff Metropolitan University
Llandaff campus, Western Avenue, Llandaff
Cardiff
CF5 2YB
UK
Contact person: Abigail Naci
Telephone: +44 2920417296
E-mail: tenders@cardiffmet.ac.uk
NUTS: UKL22
Internet address(es)
Main address: http://www.cardiffmet.ac.uk/procurement/
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0259
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/cardiffmet/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/cardiffmet/aspx/Home
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://in-tendhost.co.uk/cardiffmet/aspx/Home
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Occupational Health & Associated Services
Reference number: ITT/23/01
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
The University is seeking a health service provider to manage a consultant led Occupational Health Screening service for approximately 460 Healthcare students.
The health screening programme will be delivered to students that study specific courses within the Cardiff School of Sport and Health Science (CSSHS).
This will be an on-site service based at the University's Llandaff Campus, CF5 2YB. The CSSHS has rooms that are suitable for an external health provider to utilise.
II.1.5) Estimated total value
Value excluding VAT:
300 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85141000
85140000
II.2.3) Place of performance
NUTS code:
UKL22
II.2.4) Description of the procurement
The University is seeking a health service provider to manage a consultant led Occupational Health Screening service for approximately 460 Healthcare students.
The health screening programme will be delivered to students that study specific courses within the Cardiff School of Sport and Health Science (CSSHS). The courses that require participation in an occupational health screening programme are as follows:
- BSc Healthcare Science
- BSc Human Nutrition & Dietetics
- BSc Podiatry
- BSc Speech & Language Therapy
- MSc/PgDip Dietetics
- BSc Complementary Healthcare (with Practitioner Status) Level 6 top up
- BSc Dental Technology
The following services are currently provided by the incumbent provider:
- screening services,
- the delivery of inoculation programmes for students on the programmes listed above,
- the provision of an ad hoc vaccination service for students not enrolled on the above programmes but where a placement provider and / or the school has advised that it is a requirement,
- at the University’s request, the provision of an ad hoc referral service following a change to students’ occupational health status.
The following vaccinations must be delivered as part of this requirement:
- Hepatitis A (BSc Healthcare Science students only)
- Hepatitis B
- MMR
- Chicken Pox
- Typhoid (BSc Healthcare Science – infection pathway students only – year 2 of study)
- Diphtheria (BSc Healthcare Science – infection pathway students only – year 2 of study)
- Other vaccines as required by NHS placement providers
- BCG (this can be outsourced by the service provider to a third party if necessary)
It is a desirable requirement of the contract that the following vaccination is also delivered by the service provider:
- Influenza (from academic year September 2023. Influenza vaccinations are not required for Dental students)
II.2.5) Award criteria
Criteria below:
Quality criterion: Written Proposals
/ Weighting: 40.00%
Quality criterion: Presentation
/ Weighting: 20.00%
Cost criterion: Commercial Evaluation
/ Weighting: 40.00%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Within the contract there will be an option to extend the duration by a further 24 months
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.1.2) 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
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:
10/03/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.7) Conditions for opening of tenders
Date:
10/03/2023
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
This tender will be advertised again upon expiry of the contract. The contract will be in place for an initial period of 24 months with an option to extend for a further 24 months
VI.2) Information about electronic workflows
Electronic ordering will be used
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=128826.
(WA Ref:128826)
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
07/02/2023