Contract

UK Research and Innovation (UKRI) Occupational Health Services

  • United Kingdom Research and Innovation (UKRI)

F03: Contract award notice

Notice identifier: 2021/S 000-000663

Procurement identifier (OCID): ocds-h6vhtk-0289eb

Published 13 January 2021, 1:20pm



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

Email

professionalservices@uksbs.co.uk

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

www.ukri.org

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

Email

policy@uksbs.co.uk

Telephone

+44 1793867004

Country

United Kingdom

Internet address

www.uksbs.co.uk

six.4.2) Body responsible for mediation procedures

UK Shared Business Services Ltd

Swindon

SN2 1FL

Email

policy@uksbs.co.uk

Telephone

+44 1793867004

Country

United Kingdom

Internet address

www.uksbs.co.uk

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

UK Shared Business Services Ltd

Swindon

SN2 2FL

Email

policy@uksbs.co.uk

Telephone

+44 1793867004

Country

United Kingdom

Internet address

www.uksbs.co.uk