Tender

Pre Employment Medicals

  • 7 Force Commercial Services

F02: Contract notice

Notice identifier: 2023/S 000-009421

Procurement identifier (OCID): ocds-h6vhtk-03b7a0

Published 31 March 2023, 11:01am



Section one: Contracting authority

one.1) Name and addresses

7 Force Commercial Services

Police Headquarters, Martlesham Heath

Ipswich

IP5 3QS

Contact

Andrea Weed

Email

andrea.weed@suffolk.police.uk

Telephone

+44 01473613693

Country

United Kingdom

Region code

UKH1 - East Anglia

Internet address(es)

Main address

https://7force.force.com/

Buyer's address

https://www.suffolk.police.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://7force.force.com/ProSpend__eSourcing_Community_Registration?locale=uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Pre Employment Medicals

Reference number

7F 2023 C003

two.1.2) Main CPV code

  • 85141000 - Services provided by medical personnel

two.1.3) Type of contract

Services

two.1.4) Short description

Pre Employment Medicals ; Assessing the medical fitness of police officers addresses their immediate fitness to train and give sustainable service.

two.1.5) Estimated total value

Value excluding VAT: £120,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85121200 - Medical specialist services

two.2.3) Place of performance

NUTS codes
  • UKH1 - East Anglia
  • UKH2 - Bedfordshire and Hertfordshire
Main site or place of performance

Bedfordshire; Cambridgeshire and Hertfordshire Constabularies

two.2.4) Description of the procurement

7 Force Commercial on behalf of Bedfordshire,Cambridgeshire and Hertfordshire Police forces require a supplier to deliver a estimated pre determined set of pre-employment medical assessments per year for two years. This service is dependant on recruitment levels.
The assessment of fitness to train and to function as a police officer should be based on an understanding of the functional requirements of the response role.

For applicants applying directly to become detectives, the assessment of medical fitness should relate to the functional role of a detective. This includes the physical and psychological aspects of the respective roles. However, all serving police officers are considered to contribute to the force threshold and, as such, they are required to be fit to carry out all the ordinary duties of a police officer.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £120,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

3 May 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.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)

four.2.7) Conditions for opening of tenders

Date

5 May 2023

Local time

12:00pm

Place

Atamis


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

The High Court

The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.judiciary.uk/courts-and-tribunals/high-court/

six.4.2) Body responsible for mediation procedures

BiP Solutions

Medius 60, Pacific Way

Glasgow

G51 1DZ

Country

United Kingdom

Internet address

https://www.bipsolutions.com/

six.4.4) Service from which information about the review procedure may be obtained

BiP Solutions

Medius 60, Pacific Way

Glasgow

G51 1DZ

Country

United Kingdom

Internet address

https://www.bipsolutions.com/