Section one: Contracting authority
one.1) Name and addresses
United Kingdom Research and Innovation (UKRI)
North Star House,North Star Avenue
SWINDON
SN2 1FL
Contact
Professional Services
professionalservices@uksbs.co.uk
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
UKRI is a new body which works in partnership with universities, research organisations, businesses, charities, and government to create the best possible environment for research
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
UK Research and Innovation (UKRI) Occupational Health Services
Reference number
UK SBS CS19192
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
UK Shared Business Services (UK SBS), on behalf of the UK Research and Innovation (UKRI) wishes to establish a contract for the provision of Occupational Health Services
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £300,000
two.2) Description
two.2.2) Additional CPV code(s)
- 85147000 - Company health services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
The aim of the tender exercise is to award a contract for the provision of Occupational Health Services for 3 years with the optional annual extension for up to 2 years (3+1+1) from commencement of the Contract.
To enable UKRI, to fulfil their obligations to employees, it is UKRI policy to provide a safe working environment and to employ best practice to ensure the health, safety and welfare of their workforces. Employees are predominantly office based with some degree of external travel within the UK and abroad. In addition to the Polaris House, Swindon Campus, Medical Research Council (MRC) has staff located at MRC Harwell Institute, which comprises the following units: Mammalian Genetics Unit (MGU), Mary Lyon Centre (MLC), and Centre for Macaques (CFM). In addition, occupational health provision will be for the employees with MRC at the Research Complex at Harwell (RCAH).
MRC Harwell and RCAH are located at Harwell Campus, Oxfordshire, and CFM is based at the Defence Science and Technology Laboratory (DSTL) site, located in Salisbury, Wiltshire. Employees located at CFM currently attend the Harwell campus for Occupational Health appointments. UKRI has a small number of staff located at a site in Keyworth, Nottinghamshire and also has staff located at Victoria Embankment, London. Research England has staff located in Bristol. NC3Rs has staff based in Euston Road, London. MRC London Head Office, to be located at 30 Stamford Street, Southbank (currently based at 58 Victoria Embankment, London). Innovate UK staff are predominately field based across the UK. Home and field-based staff will attend the nearest supplier site and they must also have the option for telephone consultations
All submissions will be assessed in accordance with the Public Contracts Regulations 2015, for procurement values that exceed Regulation 5 (Threshold amounts). This procurement will be managed electronically via the e-sourcing portal Delta. The Contracting Authority expressly reserves the right(i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever change sit may see fit to the content and structure of the procurement; and in no circumstances will the Contracting Authority be liable for any costs incurred by any Supplier.
The Contracting Authority shall utilise the Delta eSourcing Procurement Tool available at https://uksbs.delta-esourcing.com/ to conduct this procurement. All enquiries with respect to problems or functionality within the tool may be submitted to Delta eSourcing on 0845 270 7050. Please utilise the messaging system within thee-sourcing tool at the above link. Please note this is a free self-registration website and this can be done by completing the online questionnaire at https://uksbs.delta-esourcing.com/ Once you are logged into the system you will be able to link yourself into this procurement using the Access Code: FFDC6TT88Y
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 90
Price - Weighting: 10
two.2.11) Information about options
Options: Yes
Description of options
Initial 3 years with the optional annual extension for up to 2 years (3+1+1) from commencement of the Contract.
two.2.14) Additional information
If the Contracting Authority decides to enter into a Contract with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of Bidders. See Section I.3 for access to procurement documentation
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2020/S 162-395327
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
6 January 2021
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Cordell Health Ltd
Finchampstead
Berks
RG40 4QQ
Country
United Kingdom
NUTS code
- UK - UNITED KINGDOM
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £300,000
Total value of the contract/lot: £300,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
UK Shared Business Services Ltd
Swindom
SN2 1FL
Telephone
+44 1793867004
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
UK Shared Business Services Ltd
Swindon
SN2 1FL
Telephone
+44 1793867004
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
UK Shared Business Services Ltd
Swindon
SN2 2FL
Telephone
+44 1793867004
Country
United Kingdom