Contract notice
Section I: Contracting
authority
I.1) Name and addresses
7 Forces Procurement
N/A
Police Headquarters, Martlesham Heath
Ipswich
IP5 3QS
UK
Contact person: Andrea Weed
Telephone: +44 1473613693
E-mail: andrea.weed@suffolk.pnn.police.uk
NUTS: UKH
Internet address(es)
Main address: http://www.suffolk.police.uk
I.2) 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://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=33780&B=BLUELIGHT
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=33780&B=BLUELIGHT
Tenders or requests to participate must be sent 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 (SMP) and Independent Registered Medical Practitioner (IRMP) services
Reference number: 7F 2019-0009
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
The Seven Force Procurement service acting on behalf of Suffolk, Norfolk, Cambridgeshire, Bedfordshire, Hertfordshore, Kent and Essex Police Forces’, are conducting a regional procurement process for the provision of selected medical practitioner (SMP)/independent registered medical practitioner (IRMP) services. The range of services will include (as a minimum):
• decisions on permanency (including deferred pensions),
• injury on duty considerations,
• impact on earnings review (Working Capability and Degree of Disability),
• internal reviews,
• review of medical appeal submissions and attendance at medical appeal board,
• police recruit pension scheme medicals and pension reviews (Over age 65).
The above-mentioned Forces’ currently use a number of different suppliers and are now looking at a single contract in County lots as a Procurement approach across the Region.
II.1.5) Estimated total value
Value excluding VAT:
3 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Essex/Kent, Suffolk/Norfolk, Cambridgeshire/Hertfordshire/Bedfordhsire.
II.2) Description
Lot No: 1
II.2.1) Title
Selected Medical Practitioner (SMP) and Independent Registered Medical Practitioner (IRMP) Services
II.2.2) Additional CPV code(s)
71317200
71317210
85140000
85323000
II.2.3) Place of performance
NUTS code:
UKH
UK
Main site or place of performance:
Norfolk, Suffolk, Essex, Kent, Cambs, Herts, Beds.
II.2.4) Description of the procurement
The Seven Force Procurement service acting on behalf of Suffolk, Norfolk, Cambridgeshire, Bedfordshire, Hertfordshire, Kent and Essex Police Forces’, are conducting a regional procurement process for the provision of selected medical practitioner (SMP) and independent registered medical practitioner (IRMP) services.
Lot 1: Norfolk,
Lot 2: Suffolk,
Lot 3: Essex,
Lot 4: Kent,
Lot 5: Cambs,
Lot 6: Herts,
Lot 7: Beds.
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:
3 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
This contract is subject to renewal: Yes
Description of renewals:
Statutory contract which will be retendered at the end of its term.
II.2.9) Information about the limits on the number of candidates to be invited
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.2.14) Additional information
Please see attached documentation. One set of documents for all lots.
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:
Criteria as stated in the procurement documents.
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.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about 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:
07/09/2020
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
07/09/2020
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
7 years
VI.4) Procedures for review
VI.4.1) Review body
The High Court
The Strand
London
WC2A 2LL
UK
Telephone: +44 2079476000
VI.4.2) Body responsible for mediation procedures
PDRS
BiP Solutions, Medius 60, Pacific Way
Glasgow
G51 1DZ
UK
Telephone: +44 8452707055
VI.5) Date of dispatch of this notice
06/08/2020