Business
Opportunities /
Tenders
by product
by date
subscribe
Find Suppliers
sourcing services
Terms of Use
© 2002 NuclearMarket
|Home | Members | Free Trial | Contact Us|


IMPORTANT NOTE:
The notice below may have expired - To receive our email alerts in the future please click here for a free trial.

Procurement Notice Details

Miscellaneous health services [science and technology facilities council occupational health]
UK

Purchaser: UK Research and Innovation

29/05/2018 S100 - - Services - Contract notice - Open procedure
I.II.III.IV.VI.
United Kingdom-Swindon: Miscellaneous health services

2018/S 100-228713

Contract notice

Services

Directive 2014/24/EU
Section I: Contracting authority

I.1)
Name and addresses
UK Research and Innovation
Polaris House, North Star Avenue
Swindon
SN2 1FL
United Kingdom
Contact person: Sharon West
E-mail: professionalservices@uksbs.co.uk
NUTS code: UK
Internet address(es):

Main address: https://www.ukri.org

I.2)
Information about joint procurement
The contract is awarded by a central purchasing body
I.3)
Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.gov.uk/contracts-finder
Additional information can be obtained from another address:
UK Shared Business Services Limited
Polaris House, North Star Avenue
Swindon
SN2 1FF
United Kingdom
E-mail: ExpressionOfInterest@crowncommercial.gov.uk
NUTS code: UK
Internet address(es):

Main address: https://gpsesourcing.cabinetoffice.gov.uk/emptoris

Tenders or requests to participate must be submitted electronically via: https://gpsesourcing.cabinetoffice.gov.uk/emptoris
Tenders or requests to participate must be submitted to the abovementioned address
I.4)
Type of the contracting authority
Body governed by public law
I.5)
Main activity
Other activity: Research
Section II: Object

II.1)
Scope of the procurement
II.1.1)
Title:
UK SBS PS18103 Science and Technology Facilities Council Occupational Health

Reference number: UK SBS PS18103
II.1.2)
Main CPV code
85140000
II.1.3)
Type of contract
Services
II.1.4)
Short description:
STFC is a world-leading multi-disciplinary science organisation. Their research seeks to understand the Universe from the largest astronomical scales to the tiniest constituents of matter, yet creates impact on a very tangible, human scale.

STFC has a requirement to procure an Occupational health provision which must be implemented in readiness for 1.9.2018. It is STFC's policy is to provide a safe working environment and to employ best practice to ensure the health, safety and welfare of their workforces.

STFC comprises of four sites – the Daresbury laboratory (DL) in Warrington, the Rutherford appleton laboratory (RAL) in Oxfordshire, Head office (SwO) in Swindon and the UK Astronomy Technology Centre (UKATC) in Edinburgh.

II.1.5)
Estimated total value
Value excluding VAT: 640 000.00 GBP
II.1.6)
Information about lots
This contract is divided into lots: no
II.2)
Description
II.2.1)
Title:
II.2.2)
Additional CPV code(s)
85100000
II.2.3)
Place of performance
NUTS code: UK
Main site or place of performance:
STFC Rutherford Appleton Laboratory, Harwell Campus, Didcot, OX11 0QX / Daresbury Laboratory, Warrington / UK Astronomy Technology Centre, Edingburgh / STFC Head Office, Swindon.

II.2.4)
Description of the procurement:
STFC has a requirement to procure an Occupational health provision. It is STFC's policy to provide a safe working environment and to employ best practice to ensure the health, safety and welfare of their workforces which must be completed in readiness for commencement of full service provision on 1.9.2018.

STFC comprises of four sites – the Daresbury laboratory (DL) in Warrington, the Rutherford Appleton Laboratory (RAL) in Oxfordshire, Head Office (SwO) in Swindon and the UK Astronomy Technology Centre (UKATC) in Edinburgh.

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 Crown commercial service’s e-Sourcing suite. To participate in this procurement, participants shall first be registered on the e-Sourcing suite. If bidders have not yet registered on the eSourcing suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk/emptoris by following the link ‘Supplier eSourcing registration’. Please note that, to register, Bidders must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Note: registration may take some time please ensure that you allow a sufficient amount of time to register.

Full instructions for registration and use of the system can be found at https://www.gov.uk/government/publications/esourcin g-tool-guidance-for-suppliers

Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing ExpressionOfInterest@crowncommercial.gov.uk Your email must clearly state: the name and reference for the procurement you wish to register for; Your organisations full name as a registered supplier; the name and contact details for the registered individual sending the email.

Crown commercial service (CCS) will process the email and then enable the Bidder to access the procurement online via the e-Sourcing suite. The registered user will receive a notification email to alert them once this has been done.

As a user of the e-Sourcing suite you will have access to Emptoris email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX Event.

Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information applicable to this opportunity. For technical assistance on use of the e-Sourcing suite please contact Crown commercial service (CCS) Helpdesk (Not UK SBS Ltd): Freephone: 0345 010 3503 email: eenablement@crowncommercial.gov.uk

Training support to respond to a requirement is available to bidders at http://www.uksbs.co.uk/services/procure/Pages/supplier.aspx

II.2.5)
Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
II.2.6)
Estimated value
Value excluding VAT: 640 000.00 GBP
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/09/2018
End: 31/08/2021
This contract is subject to renewal: yes
Description of renewals:
This requirement has the option to extend for a further 12 months (3+1).

For the avoidance of doubt the estimated value of this contract should the full 4 years be utilised would be between 400 000,00 GBP and 640 000,00 GBP exclusive of VAT.

II.2.10)
Information about variants
Variants will be accepted: no
II.2.11)
Information about options
Options: no
II.2.12)
Information about electronic catalogues
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
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
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.1.5)
Information about reserved contracts
III.2)
Conditions related to the contract
III.2.1)
Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
OH Advisor requirements Nursing and Midwifery Council (NMC) Registered general nurse (RGN) and OH qualified to diploma/degree level.

OH Physician requirements: Full GMC validation and registration; on the specialist register for occupational medicine.

III.2.2)
Contract performance conditions:
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
IV.1.4)
Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)
Information about electronic auction
IV.1.8)
Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)
Administrative information
IV.2.1)
Previous publication concerning this procedure
IV.2.2)
Time limit for receipt of tenders or requests to participate
Date: 04/07/2018
Local time: 14:00
IV.2.3)
Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)
Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)
Minimum time frame during which the tenderer must maintain the tender
IV.2.7)
Conditions for opening of tenders
Date: 05/07/2018
Local time: 14:00
Place:
Electronically, via web based protal.

Section VI: Complementary information

VI.1)
Information about recurrence
This is a recurrent procurement: no
VI.2)
Information about electronic workflows
Electronic invoicing will be accepted
VI.3)
Additional information:
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 changes it 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 the candidates. 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. UK Shared business services Ltd wishes to establish an agreement for use by the following UK public sector bodies (and any future successors to these organisations)

UK Research and innovation.

UK Shared business services Ltd are able to accept unstructured electronic invoicing. Information and formalities necessary for evaluating if requirements are met:

All submissions will be assessed in accordance with the Public Contracts Regulations 2015, for procurement values that exceed Regulation 5.

(Threshold amounts).

The sourcing documents can be accessed using the instructions detailed in I.3.

The deadline to confirm attendance for site visit: 12.6.2018 @ 11:00hrs GMT.

Closing date and time for bidder to request RFP documents: 4.7.2018 @ 14:00hrs GMT.

Closing date and time for bidder to submit their response (‘the deadline’): 5.7.2018 @ 14:00hrs GMT.

This contract has not been sub-divided into lots as there is only one delivery locations and therefore lots are not appropriate.

VI.4)
Procedures for review
VI.4.1)
Review body
UK Shared Business Services Limited
Polaris House, North Star Avenue
Swindon
SN2 1FF
United Kingdom
E-mail: policy@uksbs.co.uk
VI.4.2)
Body responsible for mediation procedures
VI.4.3)
Review procedure
VI.4.4)
Service from which information about the review procedure may be obtained
UK Shared Business Services Limited
Polaris House, North Star Avenue
Swindon
SN2 1FF
United Kingdom
E-mail: policy@uksbs.co.uk
VI.5)
Date of dispatch of this notice:
25/05/2018


http://ted.europa.eu/, TED database, © European Communities, 1995-2018.