Tender

To provide Occupational Health & Associated Services to Students & Staff

GLYNDWR UNIVERSITY

This public procurement record has 3 releases in its history.

TenderUpdate

22 Aug 2022 at 00:00

TenderUpdate

19 Aug 2022 at 00:00

Tender

22 Jul 2022 at 00:00

Summary of the contracting process

Glyndwr University has initiated a tender process for the provision of Occupational Health & Associated Services to Students & Staff. The university requires a professional provider to offer services including health assessments, referrals for work-related ill health, pre-course clearance, and specialised health surveillance. The tender deadline has been extended to 30th August 2022, with an anticipated contract commencement date provisionally set for 1st October 2022.

This tender opportunity from Glyndwr University presents a chance for businesses in the health service industry to compete for a 3-year contract with potential for extensions. Companies specialised in occupational health, pathology services, immunisations, and health promotions are well-suited to bid for this opportunity. The university aims to ensure the well-being of its workforce and students through a comprehensive range of health services, offering a significant scope for business growth and collaboration.

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-kuma6s-123376
Publication Source
Sell2Wales
Latest Notice
https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=123376
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F14 - Corrigendum
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 Aug 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

Further Information

Notice Documents

  • https://www.sell2wales.gov.wales/Notice/Download/DocumentDownload.aspx?id=JUL405460&idx=3
    22nd July 2022 - Appendix 2 - Final Draft Terms & Conditions
  • https://www.sell2wales.gov.wales/Notice/Download/DocumentDownload.aspx?id=JUL405460&idx=4
    22nd July 2022 - Appendix 3 - Selection & Award Criteria Evaluation
  • https://www.sell2wales.gov.wales/search/show/search_view.aspx?ID=JUL405460
    To provide Occupational Health & Associated Services to Students & Staff - 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).

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-kuma6s-123376-2022-08-22T00:00:00Z",
    "date": "2022-08-22T00:00:00Z",
    "ocid": "ocds-kuma6s-123376",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-8",
            "name": "Glyndwr University",
            "identifier": {
                "legalName": "Glyndwr University"
            },
            "address": {
                "streetAddress": "Plas Coch, Mold Road",
                "locality": "Wrexham",
                "region": "UKL23",
                "postalCode": "LL11 2AW"
            },
            "contactPoint": {
                "email": "arwel.staples@glyndwr.ac.uk",
                "telephone": "+44 1978293188",
                "faxNumber": "+44 1978293188",
                "url": "http://www.sell2wales.gov.wales"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "description": "University",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    }
                ],
                "url": "https://www.glyndwr.ac.uk"
            }
        },
        {
            "id": "org-2",
            "name": "High Court",
            "identifier": {
                "legalName": "High Court"
            },
            "address": {
                "streetAddress": "Royal Courts of Justice, The Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL"
            },
            "contactPoint": {
                "telephone": "+44 2079477501"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-3",
            "name": "Glyndwr University",
            "identifier": {
                "legalName": "Glyndwr University"
            },
            "address": {
                "streetAddress": "Plas Coch, Mold Road",
                "locality": "Wrexham",
                "region": "UKL23",
                "postalCode": "LL11 2AW"
            },
            "contactPoint": {
                "email": "arwel.staples@glyndwr.ac.uk",
                "telephone": "+44 1978293188",
                "faxNumber": "+44 1978293188"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.glyndwr.ac.uk"
            }
        }
    ],
    "buyer": {
        "name": "Glyndwr University",
        "id": "org-3"
    },
    "tender": {
        "id": "ocds-kuma6s-123376-tender-124185-AS/MJ/DS/03/07/2022",
        "title": "To provide Occupational Health & Associated Services to Students & Staff",
        "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).",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "85140000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "85147000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Wrexham and St Asaph"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKL2"
                    },
                    {
                        "region": "UKL23"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 400000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.sell2wales.gov.wales",
        "tenderPeriod": {
            "endDate": "2022-08-22T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2022-08-22T13:00:00Z"
        },
        "documents": [
            {
                "id": "JUL405460",
                "documentType": "contractNotice",
                "title": "To provide Occupational Health & Associated Services to Students & Staff",
                "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).",
                "url": "https://www.sell2wales.gov.wales/search/show/search_view.aspx?ID=JUL405460",
                "format": "text/html"
            },
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            },
            {
                "id": "ocds-kuma6s-123376-document-123376-JUL405460-1",
                "title": "Invitation to Tender",
                "url": "https://www.sell2wales.gov.wales/Notice/Download/DocumentDownload.aspx?id=JUL405460&idx=1",
                "datePublished": "2022-07-22T12:00:05Z",
                "dateModified": "2022-07-22T12:00:05Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "ocds-kuma6s-123376-document-123376-JUL405460-2",
                "title": "Appendix 1 Contract Specification",
                "url": "https://www.sell2wales.gov.wales/Notice/Download/DocumentDownload.aspx?id=JUL405460&idx=2",
                "datePublished": "2022-07-22T12:00:05Z",
                "dateModified": "2022-07-22T12:00:05Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "ocds-kuma6s-123376-document-123376-JUL405460-3",
                "title": "Appendix 2 - Final Draft Terms & Conditions",
                "url": "https://www.sell2wales.gov.wales/Notice/Download/DocumentDownload.aspx?id=JUL405460&idx=3",
                "datePublished": "2022-07-22T12:00:05Z",
                "dateModified": "2022-07-22T12:00:05Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "ocds-kuma6s-123376-document-123376-JUL405460-4",
                "title": "Appendix 3 - Selection & Award Criteria Evaluation",
                "url": "https://www.sell2wales.gov.wales/Notice/Download/DocumentDownload.aspx?id=JUL405460&idx=4",
                "datePublished": "2022-07-22T12:00:05Z",
                "dateModified": "2022-07-22T12:00:05Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "ocds-kuma6s-123376-document-123376-JUL405460-5",
                "title": "Appendix 4 Pricing Schedule",
                "url": "https://www.sell2wales.gov.wales/Notice/Download/DocumentDownload.aspx?id=JUL405460&idx=5",
                "datePublished": "2022-07-22T12:00:05Z",
                "dateModified": "2022-07-22T12:00:05Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "ocds-kuma6s-123376-document-123376-JUL405460-6",
                "title": "Appendix 5 - Sell2Wales post box guide",
                "url": "https://www.sell2wales.gov.wales/Notice/Download/DocumentDownload.aspx?id=JUL405460&idx=6",
                "datePublished": "2022-07-22T12:00:05Z",
                "dateModified": "2022-07-22T12:00:05Z",
                "format": "application/pdf"
            },
            {
                "id": "ocds-kuma6s-123376-document-123376-JUL405460-7",
                "title": "TUPE Information",
                "url": "https://www.sell2wales.gov.wales/Notice/Download/DocumentDownload.aspx?id=JUL405460&idx=7",
                "datePublished": "2022-08-19T08:07:08Z",
                "dateModified": "2022-08-19T08:07:08Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "See short description section",
                "status": "active",
                "value": {
                    "amount": 400000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "after 3 years or after 4 or 5 subject to contract extension option"
                }
            }
        ],
        "bidOpening": {
            "date": "2022-08-22T13:00:00Z",
            "address": {
                "streetAddress": "Wrexham"
            }
        },
        "communication": {
            "atypicalToolUrl": "http://www.sell2wales.gov.wales"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "As per Appendix 1 - Contract Specification"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en",
                "cy"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "classification": {
            "id": "85140000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "30 months time"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "amendments": [
            {
                "id": "ocds-kuma6s-123376-amendment-124143-5",
                "description": "Following recent dialogue with the current service provider regarding the current contract provision, there is now an expectation that TUPE may now apply , involving 1 staff member which is an Occupational Health Nurse. Therefore, the required TUPE information will be uploaded onto the Sell2Wales platform for bidders to review and update their ITT submission accordingly. The Tender response deadline has now been extended by a further 4 days to the 30/08/2022 at 12.00 noon to allow Bidders to amend their ITT submission. I",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2022-08-22T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2022-08-26T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2022-08-22T13:00:00Z"
                        },
                        "newValue": {
                            "date": "2022-08-30T08:30:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ]
            },
            {
                "id": "ocds-kuma6s-123376-amendment-124185-3",
                "description": "The correct revised tender deadline is now 30th August 2022 at 12.00 noon rather than 26th August as previous note sent out last friday. Apologies for the confusion. Please can you ensure you have seen the attached additional document TUPE Information that was published on the Sell2Wales website and amend your Tender bids accordingly.",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2022-08-26T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2022-08-30T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2022-08-30T08:30:00Z"
                        },
                        "newValue": {
                            "date": "2022-08-30T14:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ]
            }
        ]
    },
    "language": "EN",
    "description": "NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://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 http://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)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.sell2wales.gov.wales/v1?lang=cy/Notice?id=ocds-kuma6s-123376"
        }
    ],
    "noticetype": "OJEU - F14 - Corrigendum"
}