Contract notice
Section I: Contracting
authority
I.1) Name and addresses
University of the Highlands and Islands
UHI House, Old Perth Road
Inverness
IV2 3JH
UK
Telephone: +44 1463255000
E-mail: ayoung@apuc-scot.ac.uk
NUTS: UK
Internet address(es)
Main address: http://www.uhi.ac.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00101
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Framework Agreement for the Provision of an External Health & Safety Advisor
Reference number: CS-UHI-32946
II.1.2) Main CPV code
71317210
II.1.3) Type of contract
Services
II.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.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 2 lots
II.2) Description
Lot No: 1
II.2.1) Title
General Health & Safety
II.2.2) Additional CPV code(s)
71317200
71317210
80561000
85100000
90711100
71313410
II.2.3) Place of performance
NUTS code:
UKM6
II.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'.
II.2.5) Award criteria
Criteria below:
Quality criterion: Specific Expertise
/ Weighting: 15%
Quality criterion: Service Delivery
/ Weighting: 15%
Quality criterion: Continuous Improvement
/ Weighting: 10%
Quality criterion: Geographical Coverage
/ Weighting: 10%
Quality criterion: Fair Work Practices
/ Weighting: 10%
Price
/ Weighting:
40%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The Authority reserves the right to extend the Framework Agreement for two (2) x twelve (12) month periods, subject to satisfactory performance and continued requirement of the Authority.
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
Lot No: 2
II.2.1) Title
Fire Safety
II.2.2) Additional CPV code(s)
71317100
II.2.3) Place of performance
NUTS code:
UKM6
II.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'.
II.2.5) Award criteria
Criteria below:
Quality criterion: Specific Expertise
/ Weighting: 15%
Quality criterion: Service Delivery
/ Weighting: 15%
Quality criterion: Continuous Improvement
/ Weighting: 10%
Quality criterion: Geographical Coverage
/ Weighting: 10%
Quality criterion: Fair Work Practices
/ Weighting: 10%
Price
/ Weighting:
40%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The Authority reserves the right to extend the Framework Agreement for two (2) x twelve (12) month periods, subject to satisfactory performance and continued requirement of the Authority.
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Qualifications
For Lot 1, it is desirable for staff to possess a NEBOSH Diploma (or equivalent). It would be beneficial for staff to possess chartered membership of IOSH (or equivalent).
Please note the above certifications aren’t essential in order to bid for the Framework.
For Lot 2, it is desirable for staff to be registered on a national register of Fire Risk Assessors, such as the IFE Register (or equivalent).
Please note the above certification isn’t essential in order to bid for the Framework.
In respect of both Lots, the Contractor shall have appropriately qualified Staff in sufficient quantity to carry out the functions required in line with any relevant legislation and professional code(s) of practice.
III.1.2) Economic and financial standing
Minimum level(s) of standards required:
Insurance
In respect of both Lots, Bidders must confirm they can provide the following supporting evidence prior to award:
- Employer's (Compulsory) Liability Insurance = 5 000 000 GBP or as required by statute
- Public Liability Insurance = 5 000 000 GBP
- Professional Indemnity Insurance = 2 000 000 GBP
Information provided will be assessed on a Pass/Fail basis, where:
Pass = meets requirements as stated in Contract Notice
Fail = does not meet requirements as stated in Contract Notice
Accounts
In respect of both Lots, the following evidence will be requested with tender submissions in order to conduct analysis of organisation’s financial standing.
- Contractors are required to submit 2 years audited accounts including profit and loss statements, or equivalent before the tender submission deadline.
Alternatively, if you are unable to provide the required accounting information – e.g., a new business without the required accounts, please provide a banker’s letter demonstrating their willingness to support your organisation over the term of the Framework Agreement.
Information provided will be assessed on a Pass/Fail basis, where:
Pass = meets requirements as stated in Contract Notice
Fail = does not meet requirements as stated in Contract Notice
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As per specification of requirements, the SPD and all tender documentation.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 6
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
20/09/2024
Local time: 09:00
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
20/09/2024
Local time: 09:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
August 2026 OR August 2027 OR August 2028
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.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.
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=771196.
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:771196)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=771196
VI.4) Procedures for review
VI.4.1) Review body
Inverness Sheriff and Justice of the Peace Court
Inverness
IV1 1AH
UK
VI.5) Date of dispatch of this notice
20/08/2024