Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Conwy County Borough Council
Bodlondeb, Bangor Road
Conwy
LL32 8DU
UK
Contact person: Sarah Martin
Telephone: +44 1492574000
E-mail: procurement@conwy.gov.uk
NUTS: UKL13
Internet address(es)
Main address: http://www.conwy.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0389
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=107497
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=107497
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Occupational Health Service
Reference number: OH2021
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
Conwy County Borough Council are seeking to appoint an occupational health Provider who is able to address the issues presented by a large diverse workforce and who can provide a comprehensive service that is timely, aligned, accessible, proactive and cost effective.
II.1.5) Estimated total value
Value excluding VAT:
480 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85100000
98330000
II.2.3) Place of performance
NUTS code:
UKL13
Main site or place of performance:
Conwy County
II.2.4) Description of the procurement
Currently the occupational health services is externalised and the existing contract is due to expire by 31st May 2021.
The term of the new contract will be for 3 years with an option for the Authority to extend for a further period of up to 24 months, plus a further year if required.
There are no guarantees on service usage levels or numbers of referrals.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.6) Estimated value
Value excluding VAT:
480 000.00
GBP
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:
Option to extend for a further 2 years plus 1 year.
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
III.2.2) Contract performance conditions
Please see the tender pack for full details.
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:
11/03/2021
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:
11/03/2021
Local time: 14:00
Place:
Electronically / virtually
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
VI.3) Additional information
For several years the Authority’s occupational health referral, appointment and reporting process has been an online service, via a web based portal. The Authority seeks to continue with an online service.
The Online Case Management IT Platform/Portal must provide online management referrals, online questionnaires, reports and online case tracking and management information.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=107497.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://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:107497)
The buyer considers that this contract is suitable for consortia.
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.4.4) Service from which information about the review procedure may be obtained
Conwy County Borough Council
Bangor Road
Conwy
LL32 8DU
UK
E-mail: procurement@conwy.gov.uk
VI.5) Date of dispatch of this notice
09/02/2021