Contract notice

Information

Published

Date of dispatch of this notice: 21/12/2016

Expire date: 23/01/2017

External Reference: 2016-877019

TED Reference: 2016/S 248-454619

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Police and Crime Commissioner for Nottinghamshire
N/A
Arnot Hill House, Arnot Hill Park, Arnold, Nottingham, NG5 6LU
Nottinghamshire
NG5 6LU
UK
Contact person: Paul Whitehall
Telephone: +44 1159672310
NUTS code:  UKF -  EAST MIDLANDS (ENGLAND)
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=18430&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
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

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Selected Medical Practitioner Services
Reference number:  SOR1000576
II.1.2)

Main CPV code

85100000  -  Health services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Selected Medical Practitioner Services
II.1.5)

Estimated total value

Value excluding VAT: 670000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Selected Medical Practitioner Services for Tri-Partite Forces
Lot No:  1
II.2.2)

Additional CPV code(s)

85140000  -  Miscellaneous health services
II.2.3)

Place of performance

NUTS code:  UKF -  EAST MIDLANDS (ENGLAND)
Main site or place of performance:  
Leicestershire, Northamptonshire and Nottinghamshire
II.2.4)

Description of the procurement

Selected Medical Practitioner Services for Tri-Partite Forces as per Specification contained in the ITT
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: 436000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
6 months prior to expiry of the framework there will be an advert for the new procurement
II.2.10)

Information about variants

Variants will be accepted: yes
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)

Description

II.2.1)

Title

Selected Medical Practitioner Services for Derbyshire
Lot No:  2
II.2.2)

Additional CPV code(s)

85140000  -  Miscellaneous health services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
Derbyshire
II.2.4)

Description of the procurement

Selected Medical Practitioner Services for Derbyshire as per Specification contained in the ITT
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: 166000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
6 months prior to expiry of the framework there will be an advert for the new procurement
II.2.10)

Information about variants

Variants will be accepted: yes
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)

Description

II.2.1)

Title

Selected Medical Practitioner Services for Lincolnshire Police
Lot No:  3
II.2.2)

Additional CPV code(s)

85140000  -  Miscellaneous health services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
Lincolnshire
II.2.4)

Description of the procurement

Selected Medical Practitioner Services for Lincolnshire as per Specification contained in the ITT.
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: 65000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
6 months prior to expiry of the framework there will be an advert for the new procurement
II.2.10)

Information about variants

Variants will be accepted: yes
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:  Refer to Invitation to Tender documentation.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Refer to Invitation to Tender documentation.
Minimum level(s) of standards possibly required:  
Refer to Invitation to Tender documentation.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Refer to Invitation to Tender documentation.
Minimum level(s) of standards possibly required:  
Refer to Invitation to Tender documentation.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Refer to Invitation to 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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  3
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  23/01/2017
Local time:  12:00
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

Tender must be valid until:  23/04/2017
IV.2.7)

Conditions for opening of tenders

Date:  23/01/2017
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

The lead contracting authority is the Police and Crime Commissioner for Nottinghamshire who is looking to establish a framework agreement for the five east midlands region of police forces only. Whilst a single supplier per lot is required, suppliers may apply for more than one lot and the contracting authority may elect to award more than one lot to the same supplier as determined by the outcome of the evaluation of responses which shall be conducted in line with the process set out within the ITT documentation. Each force will enter into their own Call-Off Contract and it is anticipated that all new Call-Off Contracts will need to commence from 1 April 2017. Tenderers should be aware also that the contracting authority reserves the right to award only some or none of the lots and this procurement has been determined as being covered by the light touch regime of the Public Contract Regulations 2015. All other information relevant to this procurement process including any minimum pass / fail criteria are as contained within the ITT documentation.
VI.4)

Procedures for review

VI.4.1)

Review body

East Midlands Strategic Commercial Unit
Nottinghamshire Police, Police Headquarters, Sherwood Lodge, Arnold, Nottingham, NG5 8PP
Nottingham
NG5 8PP
UK
Telephone: +44 01159672310

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Refer to the East Midlands Strategic Commercial Unit
VI.5)

Date of dispatch of this notice

22/12/2016