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: Sarah Hampson-Jones
  
            Telephone: +44 2920416061
  
            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 (for Cardiff Met Employees)
            Reference number: ITT/23/39
  II.1.2) Main CPV code
  85100000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  The University is seeking a high quality, clinically led, flexible occupational health service provider to provide an occupational health service for its employees, commencing from 1st April 2024. The University's intention is to award a contract for an initial term of three-years with an option to extend for a further period of up to 12 months.
  The University outsourced this requirement to an external supplier to manage and facilitate in 2022. Prior to this, the service was delivered by an in-house occupational health advisor.
  II.1.5) Estimated total value
  Value excluding VAT: 
			200 000.00 
			  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 high quality, clinically led, flexible occupational health service provider to provide an occupational health service for its employees.
    As part of this service, the University is seeking, but not limited, to the following services:
    - the provision of an occupational health referral portal
    - on-employment screening and onboarding
    - management referrals
    - ill-health retirement provision
    - health surveillance
    - face fit testing
    - an immunisation programme
    - sharps injuries services
    Further detail on all of the above are specified within the tender documents.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Quality
                    / Weighting: 60
    
                    Cost criterion: Cost
                    / Weighting: 40
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 36
    
                  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 12 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:
              18/12/2023
  
                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: 6 (from the date stated for receipt of tender)
              
  IV.2.7) Conditions for opening of tenders
  
              Date:
              18/12/2023
  
              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:
The tender will be advertised again approximately within six months of the expiry date of the current contract.
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=136488.
(WA Ref:136488)
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
16/11/2023