Ausschreibung: Forschungs- und Entwicklungsdienste und zugehörige Beratung - UK-Bootle Forschungs- und Entwicklungsdienste und zugehörige Beratung Dokument Nr...: 205651-2020 (ID: 2020050409171318765) Veröffentlicht: 04.05.2020 * UK-Bootle: Forschungs- und Entwicklungsdienste und zugehörige Beratung 2020/S 86/2020 205651 Auftragsbekanntmachung Dienstleistungen Rechtsgrundlage: Richtlinie 2014/24/EU Abschnitt I: Öffentlicher Auftraggeber I.1)Name und Adressen Offizielle Bezeichnung: Health and Safety Executive Postanschrift: Redgrave Court, Merton Road Ort: Bootle NUTS-Code: UKD73 Postleitzahl: L20 7HS Land: Vereinigtes Königreich E-Mail: [6]tenders@hse.gov.uk Internet-Adresse(n): Hauptadresse: [7]https://www.hse.gov.uk/ I.2)Informationen zur gemeinsamen Beschaffung I.3)Kommunikation Die Auftragsunterlagen stehen für einen uneingeschränkten und vollständigen direkten Zugang gebührenfrei zur Verfügung unter: [8]https://in-tendhost.co.uk/hse Weitere Auskünfte erteilen/erteilt die oben genannten Kontaktstellen Angebote oder Teilnahmeanträge sind einzureichen elektronisch via: [9]https://in-tendhost.co.uk/hse Angebote oder Teilnahmeanträge sind einzureichen an die oben genannten Kontaktstellen Im Rahmen der elektronischen Kommunikation ist die Verwendung von Instrumenten und Vorrichtungen erforderlich, die nicht allgemein verfügbar sind. Ein uneingeschränkter und vollständiger direkter Zugang zu diesen Instrumenten und Vorrichtungen ist gebührenfrei möglich unter: [10]https://in-tendhost.co.uk/hse I.4)Art des öffentlichen Auftraggebers Agentur/Amt auf zentral- oder bundesstaatlicher Ebene I.5)Haupttätigkeit(en) Andere Tätigkeit: Regulator of health and safety in the workplace Abschnitt II: Gegenstand II.1)Umfang der Beschaffung II.1.1)Bezeichnung des Auftrags: Provision of a Discovering Safety: Safety Risk Library for Construction Referenznummer der Bekanntmachung: HSE/T3626 II.1.2)CPV-Code Hauptteil 73000000 II.1.3)Art des Auftrags Dienstleistungen II.1.4)Kurze Beschreibung: HSE are currently 18 months in to a five year programme of work, the Discovering Safety programme (DSP), supported by a research grant from Lloyds Register Foundation. The primary aim of the research programme is to understand how to access and use routine safety and health data in new ways to provide a new approach to improving performance by applying novel data science, artificial intelligence and machine learning techniques in health and safety contexts. The vision for the discovering safety programme is to deliver step change improvements in global health and safety performance through better analytic exploitation of routine health and safety data. The focus of this invitation to tender is for two of the construction industry use cases, the construction health and safety risk library and leading indicators for health and safety performance assessment. II.1.5)Geschätzter Gesamtwert Wert ohne MwSt.: 990 000.00 GBP II.1.6)Angaben zu den Losen Aufteilung des Auftrags in Lose: ja Angebote sind möglich für nur ein Los Maximale Anzahl an Losen, die an einen Bieter vergeben werden können: 2 II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: Use Case 1: Construction Health and Safety Risks Library Los-Nr.: 1 II.2.2)Weitere(r) CPV-Code(s) 73000000 II.2.3)Erfüllungsort NUTS-Code: UKD73 II.2.4)Beschreibung der Beschaffung: Phase 1 work ended with a limited piloting of the prototype tool developed in order to demonstrate proof of concept to the discovering safety programme board. Broad ambitions for phase 2 With respect to phase 2 work, the DSP team wish to: 1) Further develop the prototype tool from Phase 1, specifically, to widen out its scope to include other categories of projects, work activities and categories of risks; 2) Further pilot the tool across select parts of industry (both in the UK and internationally); and 3) Explore the viability of creating a similar tool able to serve up health and safety knowledge to a project for use by contractors (i.e. once construction works have actually started). II.2.5)Zuschlagskriterien Der Preis ist nicht das einzige Zuschlagskriterium; alle Kriterien sind nur in den Beschaffungsunterlagen aufgeführt II.2.6)Geschätzter Wert Wert ohne MwSt.: 510 000.00 GBP II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 19 Dieser Auftrag kann verlängert werden: nein II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: ja II.2.11)Angaben zu Optionen Optionen: nein II.2.12)Angaben zu elektronischen Katalogen II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: Use Case 2: Leading Indicators for Health and Safety Performance Assessment Los-Nr.: 2 II.2.2)Weitere(r) CPV-Code(s) 73000000 II.2.3)Erfüllungsort NUTS-Code: UKD73 II.2.4)Beschreibung der Beschaffung: Broad ambitions for Phase 2 In phase 2 of the DSP, the DSP team wish to work with construction organisations more directly, to consider how their routine health and safety data could be put to better use, using the framework developed in phase 1 as a useful reference. The aim is to create digital solutions that organisations could make use of in this context. Monitoring how a construction site is performing from a health and safety perspective typically forms an important part of its health and safety management arrangements. This tends to be done by collating agreed key performance indicator metrics derived from the various sources of routine health and safety data generated and reporting back to managers and supervisors using dashboards and scorecards. As a rule, the primary focus of such reporting tends to be around relatively simple, high level health and safety related concepts that can be easily quantified. In the main, this involves working with pre-structured data, i.e. counts, rates or categorical data. Aspects of operations captured in free text narratives, such as accident reports, safety observations and inspection, audit and investigation findings, tend to be much less widely used in the process. The health and safety digital technology market has numerous products aimed at supporting organisations in the collection and descriptive analysis of operational KPIs, including those linked to safety related processes and outcomes. Very often these are linked to, or form an integral part of, an organisations enterprise content management system. However, for most of these products, the analytics performed is largely descriptive, to support operational reporting tasks, often through the use of score cards and dashboards. The use of KPI data collected for predictive analytic purposes, to directly inform inspection regimes and other interventions, is much less common. The broad ambitions for phase 2 work is to explore the viability of bringing together the high level thinking from phase 1 work, along with the capabilities being developed as part of the text mining work, to look to add to the functionality of existing digital solutions. To achieve this, a clear understanding of how the data governance process works on existing projects is regarded to be key, including the sorts of routine health and safety data collected and how it is stored and made use of currently. II.2.5)Zuschlagskriterien Der Preis ist nicht das einzige Zuschlagskriterium; alle Kriterien sind nur in den Beschaffungsunterlagen aufgeführt II.2.6)Geschätzter Wert Wert ohne MwSt.: 480 000.00 GBP II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 19 Dieser Auftrag kann verlängert werden: nein II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: ja II.2.11)Angaben zu Optionen Optionen: nein II.2.12)Angaben zu elektronischen Katalogen II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben Abschnitt III: Rechtliche, wirtschaftliche, finanzielle und technische Angaben III.1)Teilnahmebedingungen III.1.1)Befähigung zur Berufsausübung einschließlich Auflagen hinsichtlich der Eintragung in einem Berufs- oder Handelsregister III.1.2)Wirtschaftliche und finanzielle Leistungsfähigkeit Auflistung und kurze Beschreibung der Eignungskriterien: Award criteria as stated in the procurement documents. III.1.3)Technische und berufliche Leistungsfähigkeit Auflistung und kurze Beschreibung der Eignungskriterien: Award criteria as stated in the procurement documents. III.1.5)Angaben zu vorbehaltenen Aufträgen III.2)Bedingungen für den Auftrag III.2.1)Angaben zu einem besonderen Berufsstand III.2.2)Bedingungen für die Ausführung des Auftrags: III.2.3)Für die Ausführung des Auftrags verantwortliches Personal Verpflichtung zur Angabe der Namen und beruflichen Qualifikationen der Personen, die für die Ausführung des Auftrags verantwortlich sind Abschnitt IV: Verfahren IV.1)Beschreibung IV.1.1)Verfahrensart Offenes Verfahren IV.1.3)Angaben zur Rahmenvereinbarung oder zum dynamischen Beschaffungssystem IV.1.4)Angaben zur Verringerung der Zahl der Wirtschaftsteilnehmer oder Lösungen im Laufe der Verhandlung bzw. des Dialogs IV.1.6)Angaben zur elektronischen Auktion IV.1.8)Angaben zum Beschaffungsübereinkommen (GPA) Der Auftrag fällt unter das Beschaffungsübereinkommen: nein IV.2)Verwaltungsangaben IV.2.1)Frühere Bekanntmachung zu diesem Verfahren IV.2.2)Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge Tag: 29/05/2020 Ortszeit: 13:00 IV.2.3)Voraussichtlicher Tag der Absendung der Aufforderungen zur Angebotsabgabe bzw. zur Teilnahme an ausgewählte Bewerber IV.2.4)Sprache(n), in der (denen) Angebote oder Teilnahmeanträge eingereicht werden können: Englisch IV.2.6)Bindefrist des Angebots Laufzeit in Monaten: 6 (ab dem Schlusstermin für den Eingang der Angebote) IV.2.7)Bedingungen für die Öffnung der Angebote Tag: 29/05/2020 Ortszeit: 14:00 Abschnitt VI: Weitere Angaben VI.1)Angaben zur Wiederkehr des Auftrags Dies ist ein wiederkehrender Auftrag: nein VI.2)Angaben zu elektronischen Arbeitsabläufen VI.3)Zusätzliche Angaben: VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren Offizielle Bezeichnung: Tommy Johnson HSE Head of Procurement Ort: Bootle Postleitzahl: L20 7HS Land: Vereinigtes Königreich E-Mail: [11]tenders@hse.gov.uk VI.4.2)Zuständige Stelle für Schlichtungsverfahren VI.4.3)Einlegung von Rechtsbehelfen VI.4.4)Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen erteilt VI.5)Tag der Absendung dieser Bekanntmachung: 29/04/2020 References 6. mailto:tenders@hse.gov.uk?subject=TED 7. https://www.hse.gov.uk/ 8. https://in-tendhost.co.uk/hse 9. https://in-tendhost.co.uk/hse 10. https://in-tendhost.co.uk/hse 11. mailto:tenders@hse.gov.uk?subject=TED OT: 04/05/2020 S86 Services - Contract notice - Open procedure United Kingdom-Bootle: Research and development services and related consultancy services 2020/S 086-205651 Contract notice Services Legal Basis: Directive 2014/24/EU Section I: Contracting authority I.1)Name and addresses Official name: Health and Safety Executive Postal address: Redgrave Court, Merton Road Town: Bootle NUTS code: UKD73 Postal code: L20 7HS Country: United Kingdom E-mail: [6]tenders@hse.gov.uk Internet address(es): Main address: [7]https://www.hse.gov.uk/ I.2)Information about joint procurement I.3)Communication The procurement documents are available for unrestricted and full direct access, free of charge, at: [8]https://in-tendhost.co.uk/hse Additional information can be obtained from the abovementioned address Tenders or requests to participate must be submitted electronically via: [9]https://in-tendhost.co.uk/hse Tenders or requests to participate must be submitted to the abovementioned address Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: [10]https://in-tendhost.co.uk/hse I.4)Type of the contracting authority National or federal agency/office I.5)Main activity Other activity: Regulator of health and safety in the workplace Section II: Object II.1)Scope of the procurement II.1.1)Title: Provision of a Discovering Safety: Safety Risk Library for Construction Reference number: HSE/T3626 II.1.2)Main CPV code 73000000 II.1.3)Type of contract Services II.1.4)Short description: HSE are currently 18 months in to a five year programme of work, the Discovering Safety programme (DSP), supported by a research grant from Lloyds Register Foundation. The primary aim of the research programme is to understand how to access and use routine safety and health data in new ways to provide a new approach to improving performance by applying novel data science, artificial intelligence and machine learning techniques in health and safety contexts. The vision for the discovering safety programme is to deliver step change improvements in global health and safety performance through better analytic exploitation of routine health and safety data. The focus of this invitation to tender is for two of the construction industry use cases, the construction health and safety risk library and leading indicators for health and safety performance assessment. II.1.5)Estimated total value Value excluding VAT: 990 000.00 GBP II.1.6)Information about lots This contract is divided into lots: yes Tenders may be submitted for one lot only Maximum number of lots that may be awarded to one tenderer: 2 II.2)Description II.2.1)Title: Use Case 1: Construction Health and Safety Risks Library Lot No: 1 II.2.2)Additional CPV code(s) 73000000 II.2.3)Place of performance NUTS code: UKD73 II.2.4)Description of the procurement: Phase 1 work ended with a limited piloting of the prototype tool developed in order to demonstrate proof of concept to the discovering safety programme board. Broad ambitions for phase 2 With respect to phase 2 work, the DSP team wish to: 1) Further develop the prototype tool from Phase 1, specifically, to widen out its scope to include other categories of projects, work activities and categories of risks; 2) Further pilot the tool across select parts of industry (both in the UK and internationally); and 3) Explore the viability of creating a similar tool able to serve up health and safety knowledge to a project for use by contractors (i.e. once construction works have actually started). 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: 510 000.00 GBP II.2.7)Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 19 This contract is subject to renewal: no II.2.10)Information about variants Variants will be accepted: yes 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 II.2)Description II.2.1)Title: Use Case 2: Leading Indicators for Health and Safety Performance Assessment Lot No: 2 II.2.2)Additional CPV code(s) 73000000 II.2.3)Place of performance NUTS code: UKD73 II.2.4)Description of the procurement: Broad ambitions for Phase 2 In phase 2 of the DSP, the DSP team wish to work with construction organisations more directly, to consider how their routine health and safety data could be put to better use, using the framework developed in phase 1 as a useful reference. The aim is to create digital solutions that organisations could make use of in this context. Monitoring how a construction site is performing from a health and safety perspective typically forms an important part of its health and safety management arrangements. This tends to be done by collating agreed key performance indicator metrics derived from the various sources of routine health and safety data generated and reporting back to managers and supervisors using dashboards and scorecards. As a rule, the primary focus of such reporting tends to be around relatively simple, high level health and safety related concepts that can be easily quantified. In the main, this involves working with pre-structured data, i.e. counts, rates or categorical data. Aspects of operations captured in free text narratives, such as accident reports, safety observations and inspection, audit and investigation findings, tend to be much less widely used in the process. The health and safety digital technology market has numerous products aimed at supporting organisations in the collection and descriptive analysis of operational KPIs, including those linked to safety related processes and outcomes. Very often these are linked to, or form an integral part of, an organisations enterprise content management system. However, for most of these products, the analytics performed is largely descriptive, to support operational reporting tasks, often through the use of score cards and dashboards. The use of KPI data collected for predictive analytic purposes, to directly inform inspection regimes and other interventions, is much less common. The broad ambitions for phase 2 work is to explore the viability of bringing together the high level thinking from phase 1 work, along with the capabilities being developed as part of the text mining work, to look to add to the functionality of existing digital solutions. To achieve this, a clear understanding of how the data governance process works on existing projects is regarded to be key, including the sorts of routine health and safety data collected and how it is stored and made use of currently. 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: 480 000.00 GBP II.2.7)Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 19 This contract is subject to renewal: no II.2.10)Information about variants Variants will be accepted: yes 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 List and brief description of selection criteria: Award criteria as stated in the procurement documents. III.1.3)Technical and professional ability List and brief description of selection criteria: Award 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 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: no 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: 29/05/2020 Local time: 13:00 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 Duration in months: 6 (from the date stated for receipt of tender) IV.2.7)Conditions for opening of tenders Date: 29/05/2020 Local time: 14:00 Section VI: Complementary information VI.1)Information about recurrence This is a recurrent procurement: no VI.2)Information about electronic workflows VI.3)Additional information: VI.4)Procedures for review VI.4.1)Review body Official name: Tommy Johnson HSE Head of Procurement Town: Bootle Postal code: L20 7HS Country: United Kingdom E-mail: [11]tenders@hse.gov.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 VI.5)Date of dispatch of this notice: 29/04/2020 -------------------------------------------------------------------------------- Database Operation & Alert Service (icc-hofmann) for: The Office for Official Publications of the European Communities The Federal Office of Foreign Trade Information Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de