Contract notice

Information

Published

Expire date: 23/06/2021

External Reference: 2021-559496

FTS Reference: 2021-009702

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Cheshire Constabulary on behalf of the Police and Crime Commissioner for Cheshire
N/A
Headquarters, Clemonds Hey, Oakmere Road,
Winsford, Cheshire
CW7 2UA
UK
Contact person: Sheila Smith
Telephone: +44 1606363853
NUTS code:  UKD6 -  Cheshire
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=37455&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

Provision of an Occupational Health Service
Reference number:  CPA SPU 1454P
II.1.2)

Main CPV code

85000000  -  Health and social work services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Police and Crime Commissioner for Cheshire (The PCC) wishes to invite tenders for the provision of an occupational health service. This opportunity is for the provision of an Occupational Health Service in respect of Police Officers, Police Staff, Special Police Officers, Volunteers. Please note that no volume or value of orders will be guaranteed in respect of this contract.
The Occupational Health Service is required for all Cheshire Constabulary employees to advise on matters relating to the health, welfare and wellbeing of its staff together with fitness for work.
II.1.5)

Estimated total value

Value excluding VAT: 700000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

85100000  -  Health services
II.2.3)

Place of performance

NUTS code:  UKD6 -  Cheshire
Main site or place of performance:  
Winsford. CW7 2UA
II.2.4)

Description of the procurement

The Police and Crime Commissioner for Cheshire (The PCC) wishes to invite tenders for the provision of an occupational health service. This opportunity is for the provision of an Occupational Health Service in respect of Police Officers, Police Staff, Special Police Officers, Volunteers. Please note that no volume or value of orders will be guaranteed in respect of this contract.
The Occupational Health Service is required for all Cheshire Constabulary employees to advise on matters relating to the health, welfare and wellbeing of its staff together with fitness for work.
The PCC is seeking a suitably qualified and experienced provider to deliver a service that: satisfies the home office police medical standards, provides medical screening, examinations, assessments and advice together with proactive wellbeing initiatives. The provider is required to be familiar with the nature of policing and other Emergency services, the range of organisational roles and the environment in which Police Forces and other Emergency services operate so that any medical assessments, advice or decisions that are provided/made in an occupational health context, takes these matters into account. The provider will also need to be able to be flexible in times of changing demands.
Full details of the requirements and specification are contained within the ITT document which can be found in the documents folder once you have expressed interest and logged in. The standard questionnaire (SQ) should be competed electronically within the online ITT.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  • Functional Requirements  /  Weighting:  40
Quality criterion  -  Name:  • Social Value  /  Weighting:  10
Quality criterion  -  Name:  • Presentation/Interview  /  Weighting:  10
Price  -  Weighting:  40
II.2.6)

Estimated value

Value excluding VAT: 700000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contract will be valid for 2 years, with the option to extend the contract for a further period of 12 months at the discretion of the PCC and with the agreement of the Supplier.
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:  As set out in the tender documents
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
As set out in the tender documents
Minimum level(s) of standards possibly required:  
As set out in the tender documents
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
As set out in the tender documents
Minimum level(s) of standards possibly required:  
As set out in the tender documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As set out in the tender documents.
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.1.8)

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:  10/06/2021
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

Duration in months : 12  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  10/06/2021
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Manchester
UK