Contract

Occupational Health Services

  • Senior Procurement Contracts Manager

F03: Contract award notice

Notice identifier: 2022/S 000-029466

Procurement identifier (OCID): ocds-h6vhtk-0358f3

Published 19 October 2022, 2:44pm



Section one: Contracting authority

one.1) Name and addresses

Senior Procurement Contracts Manager

West Mains Road

Edinburgh

EH9 3JG

Contact

William Connelly

Email

william.connelly@sruc.ac.uk

Telephone

+44 01315354384

Fax

+44 01315354314

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

Internet address(es)

Main address

http://www.sruc.ac.uk

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.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.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £250,000

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.2.11) 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 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 000-021414


Section five. Award of contract

Contract No

20098

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 October 2022

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 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

Health Partners

Tribune House, Bell Lane

Uckfield

TN22 1QL

Telephone

+44 1273023131

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £200,000

Total value of the contract/lot: £200,000


Section six. Complementary information

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.

(SC Ref:710764)

six.4) Procedures for review

six.4.1) Review body

Senior Procurement Contracts Manger

West Mains Road

Edinburgh

EH9 3JG

Email

william.connelly@sruc.ac.uk

Telephone

+44 01315354384

Country

United Kingdom