Provide Occupational Health Services to Welsh Public Sector
The National Procurement Service on behalf of the Welsh Public Sector wishes to establish a collaborative Framework Agreement for the supply of Occupational Health and Associated Services.
United Kingdom-Caerphilly: Health services
2018/S 213-488629
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
T’yr Afon, Bedwas Road
Caerphilly
CF83 8WT
United Kingdom
Telephone: +44 3007900170
E-mail: NPSPeopleServicesutilities@gov.wales
NUTS code: UKL
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA27760
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Occupational Health and Associated Services
II.1.2)Main CPV code
II.1.3)Type of contract
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
II.1.6)Information about lots
II.2.1)Title:
Face 2 Face Counselling and Psycotherapy inc CBT and EMDR
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Employee Eye Care Scheme
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Associated Services: Physiotherapy Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Occupational Health Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Employee Assistance Programme
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.1)Information about a particular profession
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.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
April 2023.
VI.2)Information about electronic workflows
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=86760
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:
Under the terms of this contract the successful service provider(s) will be required to deliver Community Benefits in support of the Client and Customers economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. Further details of the Community Benefits included in this contract are included in the Specification.
(WA Ref:86760)
The buyer considers that this contract is suitable for consortia.
VI.4.1)Review body
T’yr Afon, Bedwas Road
Caerphilly
CF83 8WT
United Kingdom
Telephone: +44 3007900170Internet address: http://npswales.gov.uk
VI.5)Date of dispatch of this notice: