Contract award notice
Results of the procurement procedure
Section I: Contracting
authority
I.1) Name and addresses
Police and Crime Commissioner for Greater Manchester
GB 183 0464 15
Openshaw Complex, Lawton Street, Openshaw
Manchester
M11 2NS
UK
Contact person: Ali Cordrey
Telephone: +44 1618561333
E-mail: ali.cordrey@gmp.police.uk
NUTS: UKC
Internet address(es)
Main address: www.gmp.police.uk
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/35572
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
First Aid Training.
Reference number: A0234
II.1.2) Main CPV code
80560000
II.1.3) Type of contract
Services
II.1.4) Short description
The proposed framework is for the delivery of a wide range of first aid training courses to Police Officers and Police Staff, in England and Wales. Courses will include basic emergency first aid as well as enhanced skills for use in public order and/or firearms environments.
Full details of the requirements are included in the tender specification.
The framework being tendered will be open to all 6 (six) forces in the North West region, however any decision on whether to use the framework will be taken locally and is at the discretion of each force.
The intention is to award framework status to a single provider, either with the ability to deliver all the required services; or acting in the role of prime contractor, with some or all services delivered by 1 or more nominated sub-contractors.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
2 500 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
80562000
II.2.3) Place of performance
NUTS code:
UKD
II.2.4) Description of the procurement
The successful tenderer will be required to teach the First Aid Learning Programme for the Police Service of England and Wales, as licensed by the College of Policing.
The chosen supplier will also be required to provide clinical governance in relation to the framework, along with professional advice to forces with regard to the techniques and methods taught under the framework; the competency of trained staff to provide emergency care; and new developments in pre-hospital/first responder care which may be relevant to the policing context.
The intention is to award framework status to a single provider, either with the ability to deliver all the required services; or acting in the role of prime contractor, with some or all services delivered by one or more nominated sub-contractors.
II.2.5) Award criteria
Quality criterion: Trainer requirements
/ Weighting: 9.0 %
Quality criterion: Course information
/ Weighting: 6.0 %
Quality criterion: Assessment of learning
/ Weighting: 9.0 %
Quality criterion: Evaluation and performance
/ Weighting: 12.0 %
Quality criterion: Clinical governance
/ Weighting: 12.0 %
Quality criterion: Training for reality
/ Weighting: 9.0 %
Quality criterion: Equality and diversity
/ Weighting: 2.4 %
Quality criterion: Social value
/ Weighting: 0.6 %
Price
/ Weighting:
40
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
This procurement was conducted by The Police and Crime Commissioner for Greater Manchester (‘the Commissioner’). This was a competitive procurement in accordance with the Light Touch Regime, under the Directive 2014/24/EU of the European Parliament and of the Council, as implemented by The Public Contracts Regulations 2015.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2016/S 104-185512
Section V: Award of contract
Lot No: 1
Contract No: 1
Title: First Aid Training
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
22/11/2016
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 3
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Promedsol Ltd
07658746
Heritage House, 9b Hoghton Street
Southport
PR9 0TE
UK
NUTS: UKD
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 2 500 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
This Pre-Qualification Questionnaire (‘PQQ’) was issued by The Police and Crime Commissioner for Greater Manchester (‘the Commissioner’). This was a competitive procurement conducted in accordance with the Light Touch Regime, under the Directive 2014/24/EU of the European Parliament and of the Council, as implemented by The Public Contracts Regulations 2015.
Pursuant to regulation 76(7) of those Regulations, the Commissioner has elected to follow a competitive procedure akin to the Open Procedure, but this is not to be taken as acceptance by the Commissioner that any part of the Public Contracts Regulations 2015 apply, other than those parts which apply to the Light Touch Regime.
Following the PQQ and Invitation to Tender stages, a formal demonstration stage will also be used as part of the assessment.
VI.4) Procedures for review
VI.4.1) Review body
The Police & Crime Commissioner for Greater Manchester
c/o Greater Manchester Police, Openshaw Complex, Lawton Street
Manchester
M11 2NS
UK
Internet address(es)
URL: http://www.gmpcc.org.uk/
VI.5) Date of dispatch of this notice
20/12/2016