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

Occupational Health and Associated Services

  • First published: 14 October 2022
  • Last modified: 14 October 2022

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-124974
Published by:
Llywodraeth Cymru / Welsh Government - Commercial Delivery
Authority ID:
AA27760
Publication date:
14 October 2022
Deadline date:
17 November 2022
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Welsh Government Commercial Delivery (formally NPS), on behalf of the Welsh Public Sector, wishes to establish a collaborative Framework Agreement for the supply of Occupational Health and Associated Services (WGCD-PCS-118-22) 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, — physiotherapy services. CPV: 85100000, 85142100, 85100000, 85147000, 85100000, 85312300, 85312320, 85147000, 85312300, 85312320, 85100000, 85147000, 85100000, 85147000, 33730000, 85100000, 85142100, 85147000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Welsh Government

T’yr Afon, Bedwas Road

Caerphilly

CF83 8WT

UK

E-mail: commercialprocurement.peoplecorporate@gov.wales

NUTS: UKL

Internet address(es)

Main address: https://gov.wales/public-sector-procurement

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

Access to the procurement documents is restricted. Further information can be obtained 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


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/home.html


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Occupational Health and Associated Services

Reference number: WGCD-PCS-118-22

II.1.2) Main CPV code

85100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Welsh Government Commercial Delivery (formally NPS), on behalf of the Welsh Public Sector, wishes to establish a collaborative Framework Agreement for the supply of Occupational Health and Associated Services (WGCD-PCS-118-22) 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,

— physiotherapy services.

II.1.5) Estimated total value

Value excluding VAT: 12 000 000.00  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)

85142100

85100000

85147000

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 etc) to deliver a wide range of occupational health 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)

85100000

85312300

85312320

85147000

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, providing confidential support to employees over the full range of work related or personal matters that may impact on workplace performance or mental health and well-being and seek to resolve, manage, and prevent those issues where possible.

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

85100000

85147000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This Lot will be for the provision of structured 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

II.2.2) Additional CPV code(s)

85100000

85147000

33730000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This Lot will be for the provision of Employee Eye Care 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

Physiotherapy Services

II.2.2) Additional CPV code(s)

85100000

85142100

85147000

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 services to support Customer Organisations by providing preventative and reactive physiotherapy services to their employees.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Selection criteria as stated in the procurement documents.

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.2.3) 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.1.3) 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:

2022/S 000-017320

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 17/11/2022

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: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 17/11/2022

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:

4 Years

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

Over 73 public sector organisation in Wales are eligible to use WGCD Agreements, 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 (as amended), 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 suppliers 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 will not 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. All tender documentation can be found within the supplier attachments area of the qualification questionnaire applicable to all lots.

Under the terms of this contract the successful supplier(s) will be required to deliver Social Value Commitments to support the Client and Customer Organisations to deliver the Well-Being of Future Generations Act goals. The WGCD is committed to a performance and evidence-based approach to Social Value. Based on the National TOMs (Themes, Outcomes and Measures), developed in partnership with the National Social Value Taskforce for Wales (including WLGA and other Public Sector Stakeholders), Bidders are required to propose credible targets against which performance (of the Framework Supplier(s)) will be monitored. Further details are included within the tender documentation.

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=124974

(WA Ref:124974)

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

E-mail: commercialprocurement.peoplecorporate@gov.wales

VI.4.4) Service from which information about the review procedure may be obtained

Welsh Government

T’yr Afon, Bedwas Road

Caerphilly

CF83 8WT

UK

E-mail: commercialprocurement.peoplecorporate@gov.wales

VI.5) Date of dispatch of this notice

14/10/2022

Coding

Commodity categories

ID Title Parent category
85147000 Company health services Miscellaneous health services
85312320 Counselling services Social work services without accommodation
33730000 Eye care products and corrective lenses Personal care products
85312300 Guidance and counselling services Social work services without accommodation
85100000 Health services Health and social work services
85142100 Physiotherapy services Paramedical 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.

About the buyer

Main contact:
commercialprocurement.peoplecorporate@gov.wales
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.