Contract notice
Section I: Contracting
authority
I.1) Name and addresses
National Procurement Service (Welsh Government)
T’yr Afon, Bedwas Road
Caerphilly
CF83 8WT
UK
Telephone: +44 3007900170
E-mail: NPSPeopleServicesutilities@gov.wales
NUTS: UKL
Internet address(es)
Main address: http://npswales.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA27760
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk
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://etenderwales.bravosolution.co.uk
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other: Central Purchasing Body
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Occupational Health and Associated Services
Reference number: NPS-PSU-0091-18
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
The National Procurement Service (NPS) on behalf of the Welsh Public Sector wishes to establish a collaborative framework agreement for the
supply of Occupational Health and Associated Services (NPS-PSU-0091-18)
Key areas include but are not limited to:
-Occupational Health Services
-Employee Assistance Programme
-Face 2 Face Counselling and Psychotherapy inc CBT and EMDR
-Employee Eye Care Scheme
-Associated Services: Physiotherapy Services
II.1.5) Estimated total value
Value excluding VAT:
10 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Occupational Health Services
II.2.2) Additional CPV code(s)
75122000
85100000
85142100
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
This Lot will be for the provision of Occupational Health Services (including but not limited to Nurse Advisors, Technicians, Physicians, Specialist Medical Practitioners, Physiotherapists etc) to deliver a wide range of services.
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: 48
This contract is subject to renewal: No
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
Lot No: 2
II.2.1) Title
Employee Assistance Programme
II.2.2) Additional CPV code(s)
75122000
85312300
85312320
85100000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
This Lot will be for the provision of a high quality, flexible Employee Assistance Programme, which will include, but not be limited to:
- Website
- 24 hour telephone advice line
- Short term brief intervention Counselling (Face 2 Face and telephone)
- Online short term Cognitive Behavioural Therapy (CBT)
- Health and Wellbeing Services
- Health Promotion
- Back to Work Service
- Trauma Support
- Mindfulness
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: 48
This contract is subject to renewal: No
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
Lot No: 3
II.2.1) Title
Face 2 Face Counselling and Psycotherapy inc CBT and EMDR
II.2.2) Additional CPV code(s)
85312300
85312320
75122000
85100000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
This Lot will be for the provision of Face 2 Face Counselling and Psychotherapy including CBT and EMDR.
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: 48
This contract is subject to renewal: No
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
Lot No: 4
II.2.1) Title
Employee Eye Care Scheme
II.2.2) Additional CPV code(s)
33730000
75122000
85100000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
This Lot is for the provision of an Employee Eye Care Scheme to meet the minimum legal requirements for the provision of eye wear for defined visual display users and additional requirements for drivers and prescription safety glasses.
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: 48
This contract is subject to renewal: No
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
Lot No: 5
II.2.1) Title
Associated Services: Physiotherapy Services
II.2.2) Additional CPV code(s)
85142100
75122000
85100000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
This Lot will be for the provision of Physiotherapy and Associated Services to support Customers by providing preventative and reactive physiotherapy services. These services can help reduce sickness absence by avoiding injury, keeping people at work or helping workers return quickly after sickness absence.
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: 48
This contract is subject to renewal: No
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.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
Employees delivering the Service must be appropriately qualified and must be members of the relevant professional body relevant to the Lot. Further details are included in the Specification.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 32
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2018/S 154-353321
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
19/12/2018
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
19/12/2018
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:
April 2023
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Over 73 public sector organisation in Wales have committed to the NPS in principle, including all Local Authorities, NHS bodies, Welsh Government, Welsh Government Sponsored Bodies, the Police, Fire and Rescue Services, Higher and Further Education.
In accordance with Regulation 33(5) of the Public Contracts Regulations 2015, these procedures for awarding call-off contracts under the framework may be applied only between the contracting authorities clearly identified in the tender documentation.
A copy of this list has been uploaded in the Supplier Attachment area of the ITT at the time the notice was published to ensure compliance with the requirements of the Public Contracts Regulations.
The Welsh Ministers (NPS) will no be liable for any bidder costs arising from the non award of the framework.
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 https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=87244
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
As per the specification and subsequent technical envelope.
(WA Ref:87244)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
National Procurement Service (Welsh Government)
T’yr Afon, Bedwas Road
Caerphilly
CF83 8WT
UK
Telephone: +44 3007900170
Internet address(es)
URL: http://npswales.gov.uk
VI.5) Date of dispatch of this notice
16/11/2018