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

Public Health Wales Occupational Health Service

  • First published: 29 August 2019
  • Last modified: 04 August 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-095150
Published by:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Authority ID:
AA0221
Publication date:
29 August 2019
Deadline date:
03 August 2020
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Provision of Public Health Wales Occupational Health Service CPV: 98330000, 98330000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Wales Shared Services Partnership

4-5 Charnwood Court,, Heol Billingsley, Parc Nantgarw

Cardiff

CF15 7QZ

UK

Telephone: +44 2920902253

E-mail: nadine.stokes@wales.nhs.uk

NUTS: UK

Internet address(es)

Main address: http://www.procurement.wales.nhs.uk

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://etenderwales.bravosolution.co.uk/home.html


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etenderwales.bravosolution.co.uk/home.html


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Public Health Wales Occupational Health Service

Reference number: PHW-ITT-42570

II.1.2) Main CPV code

98330000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Provision of Public Health Wales Occupational Health Service

II.1.5) Estimated total value

Value excluding VAT: 150 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

98330000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Occupational Health is concerned with the physical and mental wellbeing of employees in the workplace, and focusses on the effects of work on health and health at work. It seeks to promote and maintain health and wellbeing of employees, with the goal of ensuring a positive relationship between work and health.

In light of this, a comprehensive occupational health service is required.

The Occupational Health Service will be provided for all PHW services except for Microbiology, where other arrangements exist

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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:

A break clause at Year 1 will apply

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 set out in the Invitation to Tender documents

III.1.2) Economic and financial standing

List and brief description of selection criteria:

As set out in the Invitation to Tender documents


Minimum level(s) of standards required:

As set out in the Invitation to Tender documents

III.1.3) Technical and professional ability

List and brief description of selection criteria:

As set out in the Invitation to Tender documents


Minimum level(s) of standards required:

As set out in the Invitation to Tender documents

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As set out in the Invitation to Tender documents

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: 01/10/2019

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 01/10/2019

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Please note additional information on this procurement:

1. The Contracting Authority reserves the right to award the contract in whole, in part or annul the tendering process and not award any contract.

2. Bidders should note that they will be required to enter into terms and conditions of contract as set out in the PQQ and ITT and that save for matters of clarification or consistency the Contracting Authority will not negotiate the terms.

3. The Contracting Authority will not accept completed PQQ's and ITT's after the stated closing date.

4. All documents to be priced (where applicable) in sterling and all payments made in sterling.

5. All tender costs and liabilities incurred by bidders shall be the sole responsibility of the bidders.

6. Prospective suppliers should note that NHS Shared Services Partnership - Procurement Services is acting on behalf of Public Health Wales NHS Trust.

NOTE: The authority is using eTenderwales to carry out this procurement process.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=72210

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=95150

(WA Ref:95150)

VI.4) Procedures for review

VI.4.1) Review body

NHS Wales Shared Services Partnership

4-5 Charnwood Court,, Heol Billingsley, Parc Nantgarw

Cardiff

CF15 7QZ

UK

Telephone: +44 2920902253

E-mail: nadine.stokes@wales.nhs.uk

Internet address(es)

URL: http://www.procurement.wales.nhs.uk

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

NHS Wales Shared Services Partnership on behalf of Public Health Wales NHS Trust will allow a minimum 10 calendar day standstill period between notifying the award decision and awarding the contract.

Unsuccessful tenderers and applicants are entitled to receive reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the tenderer/applicant was unsuccessful.

Should additional information be required it should be requested of the addressee in section I.1.

Aggrieved parties who have been harmed or are at risk of harm by breach of the procurement rules have the right to take action in the High Court (England and Wales). Any such action is subject to strict time limits in accordance with the Public Contracts (Amendments) Regulations 2015.

VI.5) Date of dispatch of this notice

27/08/2019

Coding

Commodity categories

ID Title Parent category
98330000 Physical well-being services Miscellaneous services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

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:
29 August 2019
Deadline date:
03 August 2020 00:00
Notice type:
02 Contract Notice
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Publication date:
06 August 2020
Notice type:
03 Contract Award Notice - Incomplete Procedure
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

About the buyer

Main contact:
nadine.stokes@wales.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
04/08/2020 13:56
Notice Cancelled
This notice has been cancelled. The original deadline date of 01/10/2019 is no longer applicable.

Procedure abandoned due to lack of responses and deferred due to COVID-19.

This project will be re-advertised following a review of the requirements.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.