Tender

To provide Occupational Health & Associated Services to Students & Staff

GLYNDWR UNIVERSITY

This public procurement record has 1 release in its history.

Tender

22 Jul 2022 at 10:57

Summary of the contracting process

Glyndwr University is seeking tenders for the provision of Occupational Health and associated services for its staff and students. This procurement falls under the services category and is classified as miscellaneous health services (CPV code: 85140000). The tender is currently active, with a submission deadline set for 22 August 2022. The anticipated contract commencement date is 1 October 2022, with an initial duration of three years, potentially extending for two additional years based on performance. The contract is valued at £400,000 and is open to electronic submissions.

This tender presents significant opportunities for businesses specialising in occupational health services, including firms offering health assessments, wellness programmes, and HR advisory services. Companies with experience in delivering health services across educational environments would be particularly well-suited to compete. The successful provider will play a key role in ensuring the health and wellbeing of university staff and students, thereby fostering a healthier educational environment.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

To provide Occupational Health & Associated Services to Students & Staff

Notice Description

Wrexham Glyndwr University requires a professional Occupational Health provider to deliver the requisite services for both its staff and student cohorts, with specialist advice in respect of the health and wellbeing of its workforce. The Occupational Health will provide HR with a confidential and independent service, advising and supporting employees and management locally accessible to the University. The aim is to ensure that employees are fit and healthy enough to carry out their normal duties, to provide information to enable an informed decision to be made between the manager and individual and that students are of appropriate health (physical and mental) to undertake a professional programme of study. The High-level core services that the Provider shall deliver for the University are: Post-offer health assessments for staff OH, referrals for work-related ill health and attendance management, including ill health Pre-course and placement clearance for Nursing and Allied Health Professions students Retirements and pensions medicals for staff and periodic assessments of fitness to work/study for staff and/or students Non-core Services that the Provider may be required to deliver, and which will be stipulated by the University in their Contract include but are not limited to (these are expanded upon in Sections 6 and 7) of Appendix 1 Contract Specification. Health surveillance for staff and/or students, including respiratory, hard/arm vibration, repetitive strain injury, dermatology, hearing, vision, asbestos, and substances in schedule of COSHH regulations and safety-critical work and other statutory assessments (food handler, night worker, new and expectant mother, driver) Immunisations and vaccinations for staff and students, including BCG, BCG scar check, MMR, Varicella/VZV, Hep A, Hep B, Mantoux test, Diptheria/Tetanus/Polio (REVAXIS) and Influenza Workstation and workplace assessments for staff Proactive health promotion and education activities and wellbeing events for staff and/or students Assistance and other specialist referrals, including physiotherapy, psychiatric assessment/treatment, and counselling for staff and/or students. The Provider may also be required to deliver Specialist Non-core Services including, but not limited to (these are expanded upon in Sections 6 and 7 of Appendix 1 - Contract Specification): Specialist health surveillance for staff and/or students, including exposure to chemical and biological agents, pathogens, hazardous substances, genetically modified organisms, lead and ionising radiation and animals Pathology services, including BBV, Hep C, Hep B, MMR and VZV tests, alcohol, and drug screening Specialist immunisations and travel advice/vaccinations, including fitness to travel screening and risk assessment, travel advice and travel vaccinations Work accidents and injuries treatment and management, including sharps/needlestick injury, splash injury, body fluid exposure, Post Exposure Prophylaxis (PEP) and work-related upper limb disorder (WRULD). The University will be looking to award an initial 3-year contract with an option for 2 x 1-year extensions which is subject to annual review and based on performance. The anticipated contract commencement date is provisionally from 1st October 2022 (exact contract start date subject to final agreement with appointed provider).

Lot Information

Lot 1

See short description section

Renewal: after 3 years or after 4 or 5 subject to contract extension option

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0354c2
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/019994-2022
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85140000 - Miscellaneous health services

85147000 - Company health services

Notice Value(s)

Tender Value
£400,000 £100K-£500K
Lots Value
£400,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
22 Jul 20223 years ago
Submission Deadline
22 Aug 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
30 months time

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
GLYNDWR UNIVERSITY
Contact Name
Not specified
Contact Email
arwel.staples@glyndwr.ac.uk
Contact Phone
+44 1978293188

Buyer Location

Locality
WREXHAM
Postcode
LL11 2AW
Post Town
Llandudno
Country
Wales

Major Region (ITL 1)
TLL Wales
Basic Region (ITL 2)
TLL3 North Wales
Small Region (ITL 3)
TLL34 Flintshire and Wrexham
Delivery Location
TLL2 East Wales, TLL23 Flintshire and Wrexham

Local Authority
Wrexham
Electoral Ward
Grosvenor
Westminster Constituency
Wrexham

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0354c2-2022-07-22T11:57:51+01:00",
    "date": "2022-07-22T11:57:51+01:00",
    "ocid": "ocds-h6vhtk-0354c2",
    "description": "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=123376. 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:123376)",
    "initiationType": "tender",
    "tender": {
        "id": "AS/MJ/DS/03/07/2022",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "To provide Occupational Health & Associated Services to Students & Staff",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "85140000",
            "description": "Miscellaneous health services"
        },
        "mainProcurementCategory": "services",
        "description": "Wrexham Glyndwr University requires a professional Occupational Health provider to deliver the requisite services for both its staff and student cohorts, with specialist advice in respect of the health and wellbeing of its workforce. The Occupational Health will provide HR with a confidential and independent service, advising and supporting employees and management locally accessible to the University. The aim is to ensure that employees are fit and healthy enough to carry out their normal duties, to provide information to enable an informed decision to be made between the manager and individual and that students are of appropriate health (physical and mental) to undertake a professional programme of study. The High-level core services that the Provider shall deliver for the University are: Post-offer health assessments for staff OH, referrals for work-related ill health and attendance management, including ill health Pre-course and placement clearance for Nursing and Allied Health Professions students Retirements and pensions medicals for staff and periodic assessments of fitness to work/study for staff and/or students Non-core Services that the Provider may be required to deliver, and which will be stipulated by the University in their Contract include but are not limited to (these are expanded upon in Sections 6 and 7) of Appendix 1 Contract Specification. Health surveillance for staff and/or students, including respiratory, hard/arm vibration, repetitive strain injury, dermatology, hearing, vision, asbestos, and substances in schedule of COSHH regulations and safety-critical work and other statutory assessments (food handler, night worker, new and expectant mother, driver) Immunisations and vaccinations for staff and students, including BCG, BCG scar check, MMR, Varicella/VZV, Hep A, Hep B, Mantoux test, Diptheria/Tetanus/Polio (REVAXIS) and Influenza Workstation and workplace assessments for staff Proactive health promotion and education activities and wellbeing events for staff and/or students Assistance and other specialist referrals, including physiotherapy, psychiatric assessment/treatment, and counselling for staff and/or students. The Provider may also be required to deliver Specialist Non-core Services including, but not limited to (these are expanded upon in Sections 6 and 7 of Appendix 1 - Contract Specification): Specialist health surveillance for staff and/or students, including exposure to chemical and biological agents, pathogens, hazardous substances, genetically modified organisms, lead and ionising radiation and animals Pathology services, including BBV, Hep C, Hep B, MMR and VZV tests, alcohol, and drug screening Specialist immunisations and travel advice/vaccinations, including fitness to travel screening and risk assessment, travel advice and travel vaccinations Work accidents and injuries treatment and management, including sharps/needlestick injury, splash injury, body fluid exposure, Post Exposure Prophylaxis (PEP) and work-related upper limb disorder (WRULD). The University will be looking to award an initial 3-year contract with an option for 2 x 1-year extensions which is subject to annual review and based on performance. The anticipated contract commencement date is provisionally from 1st October 2022 (exact contract start date subject to final agreement with appointed provider).",
        "value": {
            "amount": 400000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "See short description section",
                "value": {
                    "amount": 400000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "after 3 years or after 4 or 5 subject to contract extension option"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85140000",
                        "description": "Miscellaneous health services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85147000",
                        "description": "Company health services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKL2"
                    },
                    {
                        "region": "UKL23"
                    }
                ],
                "deliveryLocation": {
                    "description": "Wrexham and St Asaph"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.sell2wales.gov.wales",
        "communication": {
            "atypicalToolUrl": "http://www.sell2wales.gov.wales"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "As per Appendix 1 - Contract Specification",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-08-22T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en",
                "cy"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "awardPeriod": {
            "startDate": "2022-08-22T13:00:00+01:00"
        },
        "bidOpening": {
            "date": "2022-08-22T13:00:00+01:00",
            "address": {
                "streetAddress": "Wrexham"
            }
        },
        "hasRecurrence": true,
        "contractTerms": {
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "recurrence": {
            "description": "30 months time"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-15961",
            "name": "Glyndwr University",
            "identifier": {
                "legalName": "Glyndwr University"
            },
            "address": {
                "streetAddress": "Plas Coch, Mold Road",
                "locality": "Wrexham",
                "region": "UKL23",
                "postalCode": "LL11 2AW",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1978293188",
                "email": "arwel.staples@glyndwr.ac.uk",
                "faxNumber": "+44 1978293188",
                "url": "http://www.sell2wales.gov.wales"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.glyndwr.ac.uk",
                "buyerProfile": "https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0288",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "description": "University"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "09",
                        "description": "Education"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-111",
            "name": "High Court",
            "identifier": {
                "legalName": "High Court"
            },
            "address": {
                "streetAddress": "Royal Courts of Justice, The Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2079477501"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-15961",
        "name": "Glyndwr University"
    },
    "language": "en"
}