Section one: Contracting authority
one.1) Name and addresses
Senior Procurement Contracts Manager
West Mains Road
Edinburgh
EH9 3JG
Contact
William Connelly
Telephone
+44 01315354384
Fax
+44 01315354314
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00021
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00021
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Occupational Health Services
Reference number
20098
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
The provision of Occupational Health Services.
two.1.5) Estimated total value
Value excluding VAT: £250,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
SRUC is currently reviewing its Occupational Health provision to ensure that it is obtaining the best value for money, whilst at the same time providing a fit for purpose individualised service.
Given SRUC’s geographically dispersed locations, SRUC is seeking responses only from organisations which can provide an on-site occupational health service, as when required, throughout Scotland.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The Services will be retendered following the end of Contract.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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: 2017/S 122-247328
four.2.2) Time limit for receipt of tenders or requests to participate
Date
22 September 2022
Local time
12:00pm
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
Tender must be valid until: 1 November 2022
four.2.7) Conditions for opening of tenders
Date
22 September 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Quality Management Procedures - The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),
OR
A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level.
The evaluation criteria will include emphasis on quality as well as price. Each Tender will be subject to a Technical, Commercial and Financial Analysis. The aim of the evaluation is to select the Tender(s) which represent(s) the most economically advantageous Tender. The Technical Analysis will ensure that Tenderers have met the minimum criteria set down in the Statement of Requirement and Tender Schedules.
To achieve this, the following tender rating system will be used:
Guide to Marks
10 Excellent response demonstrating clear understanding and comprehensive ability to fulfil requirements, outlining added value, innovation and is equal to or improves on the specification.
7 Good response providing clear evidence of understanding and compliance and may evidence some elements of innovation.
5 Average response providing some indication of understanding and compliance.
3 Minimal or poor response providing little evidence of understanding or compliance.
0 Nil or inadequate response with little or no understanding of requirement or evidence of compliance.
The Criteria for shortlisting/award of Contract will be based on the Tenderer’s relevant previous experience, technical/professional ability, economic and financial standing and the supplementary information requested. The Tender will be evaluated on a 60:40, quality:price basis.
Pricing: The following scoring system will be used to evaluate Tender responses:
The lowest sustainable bid will be scored at 100%. Any bid that is deemed to be financially unsustainable in the opinion of SRUC will not be scored.
Bids that are higher than the lowest sustainable bid will be scored on the basis of a 1% reduction for every 1% they are higher than the lowest sustainable bid.
The financial scores will then be multiplied by the 40% weighting to give the final financial percentage for evaluation.
Example: lowest sustainable bid 1000
Bid Price Score Weighting Final financial percentage
A 800 0% X40% 0%
B 1000 100% X40% 40%
C 1200 80% X40% 32%
D 1500 50% X40% 20%
Bidders should note the maximum word count for each section, if indicated.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=498041.
The buyer has indicated that it will accept electronic responses to this notice via the Post box facility. A user guide is available at http://www.publiccontractsscotland.gov.uk/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.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=702326.
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.publiccontractsscotland.gov.uk/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.
(SC Ref:702326)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=702326
six.4) Procedures for review
six.4.1) Review body
Senior Procurement Contracts Manger
West Mains Road
Edinburgh
EH9 3JG
Telephone
+44 01315354384
Country
United Kingdom