Contract

Framework Agreement for the Provision of an External Health & Safety Advisor

  • University of the Highlands and Islands

F03: Contract award notice

Notice identifier: 2024/S 000-038694

Procurement identifier (OCID): ocds-h6vhtk-0491fb

Published 2 December 2024, 8:50am



Section one: Contracting authority

one.1) Name and addresses

University of the Highlands and Islands

UHI House, Old Perth Road

Inverness

IV2 3JH

Email

ayoung@apuc-scot.ac.uk

Telephone

+44 1463255000

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.uhi.ac.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00101

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

Framework Agreement for the Provision of an External Health & Safety Advisor

Reference number

CS-UHI-32946

two.1.2) Main CPV code

  • 71317210 - Health and safety consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The named Academic Partners of the University of the Highlands and Islands wish to form a Framework Agreement for the Provision of an External Health and Safety Advisor.

The named Academic Partners of the University are:

- UHI Argyll

- UHI Executive Office

- UHI Inverness

- UHI Moray

- UHI North, West and Hebrides

- UHI Perth

- Highland Theological College

- Sabhal Mòr Ostaig

- Scottish Association for Marine Science

The Framework Agreement is split into two (2) Lots:

Lot 1 – General Health & Safety

Lot 2 – Fire Safety

Each named Academic Partner may join the Framework Agreement at any time during the Framework Agreement, for some this will be when their existing supply Agreements expire; this means that from the beginning of the Framework Agreement, participation may be phased in.

two.1.6) Information about lots

This contract is divided into lots: Yes

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

Value excluding VAT: £221,485.30

two.2) Description

two.2.1) Title

General Health & Safety

Lot No

1

two.2.2) Additional CPV code(s)

  • 71317200 - Health and safety services
  • 71317210 - Health and safety consultancy services
  • 80561000 - Health training services
  • 85100000 - Health services
  • 90711100 - Risk or hazard assessment other than for construction
  • 71313410 - Risk or hazard assessment for construction

two.2.3) Place of performance

NUTS codes
  • UKM6 - Highlands and Islands

two.2.4) Description of the procurement

The scope of Lot 1 shall cover ‘General Health and Safety’ Consultancy, which will encompass services such as, but not limited to:

- Guidance on Health and Safety legislation

- Risk Assessments

- Accident investigation

- Training

Further detail as to the scope of Lot 1 is covered in 'Appendix H - Specification'.

two.2.5) Award criteria

Quality criterion - Name: Specific Expertise / Weighting: 15%

Quality criterion - Name: Service Delivery / Weighting: 15%

Quality criterion - Name: Continuous Improvement / Weighting: 10%

Quality criterion - Name: Geographical Coverage / Weighting: 10%

Quality criterion - Name: Fair Work Practices / Weighting: 10%

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

two.2) Description

two.2.1) Title

Fire Safety

Lot No

2

two.2.2) Additional CPV code(s)

  • 71317100 - Fire and explosion protection and control consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM6 - Highlands and Islands

two.2.4) Description of the procurement

The scope of Lot 2 shall cover ‘Fire Safety’ Consultancy, which will encompass services such as, but not limited to:

- Guidance on Health and Safety legislation

- Risk Assessments

- Accident investigation

- Training

Further detail as to the scope of Lot 2 is covered in 'Appendix H - Specification'.

two.2.5) Award criteria

Quality criterion - Name: Specific Expertise / Weighting: 15%

Quality criterion - Name: Service Delivery / Weighting: 15%

Quality criterion - Name: Continuous Improvement / Weighting: 10%

Quality criterion - Name: Geographical Coverage / Weighting: 10%

Quality criterion - Name: Fair Work Practices / Weighting: 10%

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

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: 2024/S 000-026401


Section five. Award of contract

Lot No

1

Title

General Health & Safety

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

26 November 2024

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 5

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

Number of tenders received from tenderers from non-EU Member States: 6

Number of tenders received by electronic means: 6

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

D S Fire Safety

12 Walnut Grove

Leven

KY8 5PP

Country

United Kingdom

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

Yes

five.2.3) Name and address of the contractor

1st Safety Solutions

8 Annat Road

Perth

PH2 7JF

Country

United Kingdom

NUTS code
  • UKM77 - Perth & Kinross and Stirling
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Project Health and Safety Services

97-99 West Regent Street

GLASGOW

G2 2BA

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)

Lowest offer: £3,650 / Highest offer: £10,010 taken into consideration


Section five. Award of contract

Lot No

2

Title

Fire Safety

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

26 November 2024

five.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 7

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

Number of tenders received from tenderers from non-EU Member States: 10

Number of tenders received by electronic means: 10

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

D S Fire Safety

12 Walnut Grove

Leven

KY8 5PP

Country

United Kingdom

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

Yes

five.2.3) Name and address of the contractor

Firelink Protection

Unit 11 , Glencryan Rd

Cumbernauld

G67 2H

Country

United Kingdom

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

Yes

five.2.3) Name and address of the contractor

Baily Garner (Health & Safety) Ltd

1 Minster Court, Mincing Lane

London

EC3R 7AA

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)

Lowest offer: £1,300 / Highest offer: £4,320 taken into consideration


Section six. Complementary information

six.3) Additional information

Summary of Documentation to be submitted as part of Tender Submission (for Lot 1)

- Appendix A – Form of Tender

- Appendix B – Freedom of Information

- Appendix D – Supply Chain Code of Conduct

- Appendix E1 – Commercial Questionnaire

- Appendix F1 – Technical Questionnaire

- Appendix F3 – Technical Questionnaire

- Appendix I – UK GDPR Data Processor Assurance Assessment

- Appendix J – Conflict of Interest

Summary of Documentation to be submitted as part of Tender Submission (for Lot 2)

- Appendix A – Form of Tender

- Appendix B – Freedom of Information

- Appendix D – Supply Chain Code of Conduct

- Appendix E2 – Commercial Questionnaire

- Appendix F2 – Technical Questionnaire

- Appendix F3 – Technical Questionnaire

- Appendix I – UK GDPR Data Processor Assurance Assessment

- Appendix J – Conflict of Interest

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

(SC Ref:784544)

six.4) Procedures for review

six.4.1) Review body

Inverness Sheriff and Justice of the Peace Court

Inverness

IV1 1AH

Country

United Kingdom