Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

UK Research and Innovation (UKRI) Occupational Health Services

  • First published: 21 August 2020
  • Last modified: 21 August 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
United Kingdom Research and Innovation (UKRI)
Authority ID:
AA78657
Publication date:
21 August 2020
Deadline date:
28 September 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

United Kingdom Research and Innovation (UKRI)

Swindon

SN2 1FL

UK

Contact person: Professional Services

E-mail: professionalservices@uksbs.co.uk

NUTS: UKK14

Internet address(es)

Main address: www.ukri.org

I.3) Communication

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

https://uksbs.delta-esourcing.com/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: UK Research and Innovation 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 II: Object

II.1) Scope of the procurement

II.1.1) Title

UK Research and Innovation (UKRI) Occupational Health Services

Reference number: UK SBS CS19192

II.1.2) Main CPV code

85100000

 

II.1.3) Type of contract

Services

II.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.

II.1.5) Estimated total value

Value excluding VAT: 300 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

85147000

II.2.3) Place of performance

NUTS code:

UK

II.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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 300 000.00  GBP

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Initial 3 years with the optional annual extension for up to 2 years (3 + 1 + 1) from commencement of the contract.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.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 III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

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

Date: 28/09/2020

Local time: 13:00

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

EN

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

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 28/09/2020

Local time: 14:00

Place:

Electronic

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

This is an ongoing requirement for occupational health and will be re-tendered following the end of this contract.

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

To respond to this opportunity please log in to www.delta-esourcing.com and enter the following access code FFDC6TT88Y.

VI.4) Procedures for review

VI.4.1) Review body

UK Shared Business Services Ltd

Swindon

SN2 1FL

UK

Telephone: +44 1793867004

E-mail: policy@uksbs.co.uk

Internet address(es)

URL: www.uksbs.co.uk

VI.4.2) Body responsible for mediation procedures

UK Shared Business Services Ltd

Swindon

SN2 1FL

UK

Telephone: +44 1793867004

E-mail: policy@uksbs.co.uk

Internet address(es)

URL: www.uksbs.co.uk

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

UK Shared Business Services Ltd

Swindon

SN2 1FL

UK

Telephone: +44 1793867004

E-mail: policy@uksbs.co.uk

Internet address(es)

URL: www.uksbs.co.uk

VI.5) Date of dispatch of this notice

17/08/2020

Coding

Commodity categories

ID Title Parent category
85147000 Company health services Miscellaneous health services
85100000 Health services Health and social work services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
professionalservices@uksbs.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.