Notice Information
Notice Title
UK Research and Innovation (UKRI) Occupational Health Services
Notice 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
Lot Information
Lot 1
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 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
Options: Initial 3 years with the optional annual extension for up to 2 years (3+1+1) from commencement of the Contract.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0289eb
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/000663-2021
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
85 - Health and social work services
-
- CPV Codes
85100000 - Health services
85147000 - Company health services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £300,000 £100K-£500K
Notice Dates
- Publication Date
- 13 Jan 20215 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 6 Jan 20215 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNITED KINGDOM RESEARCH AND INNOVATION (UKRI)
- Contact Name
- Professional Services
- Contact Email
- professionalservices@uksbs.co.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- SWINDON
- Postcode
- SN2 1FL
- Post Town
- Swindon
- Country
- England
-
- Major Region (ITL 1)
- TLK South West (England)
- Basic Region (ITL 2)
- TLK7 Gloucestershire and Wiltshire
- Small Region (ITL 3)
- TLK71 Swindon
- Delivery Location
- Not specified
-
- Local Authority
- Swindon
- Electoral Ward
- Rodbourne Cheney
- Westminster Constituency
- Swindon North
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-0289eb-2021-01-13T13:20:14Z",
"date": "2021-01-13T13:20:14Z",
"ocid": "ocds-h6vhtk-0289eb",
"initiationType": "tender",
"tender": {
"id": "UK SBS CS19192",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "UK Research and Innovation (UKRI) Occupational Health Services",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "85100000",
"description": "Health services"
},
"mainProcurementCategory": "services",
"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",
"lots": [
{
"id": "1",
"description": "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 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",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "90"
},
{
"type": "price",
"description": "10"
}
]
},
"hasOptions": true,
"options": {
"description": "Initial 3 years with the optional annual extension for up to 2 years (3+1+1) from commencement of the Contract."
},
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85147000",
"description": "Company health services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure"
},
"awards": [
{
"id": "000663-2021-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-1505",
"name": "Cordell Health Ltd"
}
]
}
],
"parties": [
{
"id": "GB-FTS-1504",
"name": "United Kingdom Research and Innovation (UKRI)",
"identifier": {
"legalName": "United Kingdom Research and Innovation (UKRI)"
},
"address": {
"streetAddress": "North Star House,North Star Avenue",
"locality": "SWINDON",
"region": "UK",
"postalCode": "SN2 1FL",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Professional Services",
"email": "professionalservices@uksbs.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.ukri.org",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"description": "UKRI is a new body which works in partnership with universities, research organisations, businesses, charities, and government to create the best possible environment for research"
}
]
}
},
{
"id": "GB-FTS-1505",
"name": "Cordell Health Ltd",
"identifier": {
"legalName": "Cordell Health Ltd"
},
"address": {
"streetAddress": "Finchampstead",
"locality": "Berks",
"region": "UK",
"postalCode": "RG40 4QQ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-1506",
"name": "UK Shared Business Services Ltd",
"identifier": {
"legalName": "UK Shared Business Services Ltd"
},
"address": {
"locality": "Swindom",
"postalCode": "SN2 1FL",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1793867004",
"email": "policy@uksbs.co.uk"
},
"roles": [
"reviewBody"
],
"details": {
"url": "http://www.uksbs.co.uk"
}
},
{
"id": "GB-FTS-1507",
"name": "UK Shared Business Services Ltd",
"identifier": {
"legalName": "UK Shared Business Services Ltd"
},
"address": {
"locality": "Swindon",
"postalCode": "SN2 1FL",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1793867004",
"email": "policy@uksbs.co.uk"
},
"roles": [
"mediationBody"
],
"details": {
"url": "http://www.uksbs.co.uk"
}
},
{
"id": "GB-FTS-1508",
"name": "UK Shared Business Services Ltd",
"identifier": {
"legalName": "UK Shared Business Services Ltd"
},
"address": {
"locality": "Swindon",
"postalCode": "SN2 2FL",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1793867004",
"email": "policy@uksbs.co.uk"
},
"roles": [
"reviewContactPoint"
],
"details": {
"url": "http://www.uksbs.co.uk"
}
}
],
"buyer": {
"id": "GB-FTS-1504",
"name": "United Kingdom Research and Innovation (UKRI)"
},
"contracts": [
{
"id": "000663-2021-1",
"awardID": "000663-2021-1",
"status": "active",
"value": {
"amount": 300000,
"currency": "GBP"
},
"dateSigned": "2021-01-06T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 1
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 1
},
{
"id": "3",
"measure": "electronicBids",
"relatedLot": "1",
"value": 1
}
]
},
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:395327-2020:TEXT:EN:HTML"
}
],
"language": "en"
}