Tender

UKRI-2079 Occupational Health Services at STFC

  • UK Research & Innovation

F02: Contract notice

Notice identifier: 2022/S 000-017481

Procurement identifier (OCID): ocds-h6vhtk-032138

Published 27 June 2022, 12:05pm



Section one: Contracting authority

one.1) Name and addresses

UK Research & Innovation

Polaris House, North Star Avenue

Swindon

SN2 1FL

Contact

STFC Procurement

Email

STFCprocurement@ukri.org

Telephone

+44 7849307911

Country

United Kingdom

NUTS code

UKK14 - Swindon

Internet address(es)

Main address

www.ukri.org

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.delta-esourcing.com/tenders/UK-UK-Swindon:-Company-health-services./Q2X4X23XH6

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Research


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

UKRI-2079 Occupational Health Services at STFC

Reference number

UKRI-2079

two.1.2) Main CPV code

  • 85147000 - Company health services

two.1.3) Type of contract

Services

two.1.4) Short description

UK Research and Innovation (UKRI) wishes to establish a Contract for the provision of Occupational Health Services at its Science and Technology Facilities Council (STFC) sites.

two.1.5) Estimated total value

Value excluding VAT: £1,030,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of
  • UKK14 - Swindon
  • UKD61 - Warrington
  • UKJ36 - Central Hampshire
  • UKJ14 - Oxfordshire
Main site or place of performance

Edinburgh, City of,Swindon,Warrington,Central Hampshire,Oxfordshire

two.2.4) Description of the procurement

It is the Science and Technology Facilities Council’s (STFC) Policy to provide a safe working environment and to employ best practice to ensure the health, safety and welfare of their workforces.

To enable the STFC to fulfil their obligations to employees, professional occupational health advisors are engaged to assist with the prevention of occupational ill health, rehabilitation of employees and health promotion.

UKRI wishes to establish a Contract for the provision of Occupational Health Services at STFC at the following sites:

•Rutherford Appleton Laboratory (RAL) site, near Didcot;

•Daresbury Laboratory (DL) site, near Warrington;

•Royal Observatory Edinburgh (ROE), in Edinburgh city;

•Swindon offices (office estate only); and

•Chilbolton Observatory, in Hampshire..

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Price / Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £1,030,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

23 October 2022

End date

22 October 2026

This contract is subject to renewal

Yes

Description of renewals

The Contract duration shall be for an initial period of 2 years from commencement of the Contract, with an option to extend for a further two periods of 1 year (2+1+1).

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The requirement consists of a number of essential services, as well as optional services which STFC may choose to take up during the life of the contract. Full details can be found in the Specification.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


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: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-006814

four.2.2) Time limit for receipt of tenders or requests to participate

Date

2 August 2022

Local time

11:00am

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

2 August 2022

Local time

11:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

UKRI is managing this procurement process in accordance with the Public Contracts Regulations 2015 (as may be amended from time to time) (the “Regulations”).

UKRI is procuring the Contract for its exclusive use.

UKRI shall utilise the e-sourcing portal Delta and all correspondence and submission of documents must be through that portal. Suppliers are to utilise the messaging system within the e-sourcing tool within the timescales detailed in this document.

If there is any doubt with regard to the ambiguity of any question or content contained in this questionnaire then Suppliers should raise a clarification question via the e-sourcing portal. Suppliers are to note that any requests for clarifications may not be considered by UKRI if they are not articulated by the Supplier within the discussion forum within the e-sourcing tool and received within the specified time.

All Tender Responses MUST be submitted through the portal. Please note, any submission of a Response which is outside of the e-sourcing portal will result in the Response not being considered.

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://ukri.delta-esourcing.com/tenders/UK-UK-Swindon:-Company-health-services./Q2X4X23XH6

To respond to this opportunity, please click here:

https://ukri.delta-esourcing.com/respond/Q2X4X23XH6

GO Reference: GO-2022627-PRO-20504537

six.4) Procedures for review

six.4.1) Review body

UK Research & Innovation

Polaris House, North Star Avenue

Swindon

SN2 1FL

Email

commercial@ukri.org

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

TBC

TBC

Country

United Kingdom

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

UK Research & Innovation

Science & Technology Facilities Council, Rutherford Appleton Laboratory, Harwell

Oxford

OX11 0QX

Email

STFCprocurement@ukri.org

Country

United Kingdom