Tender

Provision of an Occupational Health Service

  • Cheshire Constabulary on behalf of the Police and Crime Commissioner for Cheshire

F02: Contract notice

Notice identifier: 2021/S 000-009702

Procurement identifier (OCID): ocds-h6vhtk-02ad57

Published 5 May 2021, 2:06pm



Section one: Contracting authority

one.1) Name and addresses

Cheshire Constabulary on behalf of the Police and Crime Commissioner for Cheshire

Headquarters, Clemonds Hey, Oakmere Road,

Winsford, Cheshire

CW7 2UA

Contact

Sheila Smith

Email

sheila.smith@cheshire.pnn.police.uk

Telephone

+44 1606363853

Country

United Kingdom

NUTS code

UKD6 - Cheshire

National registration number

N/A

Internet address(es)

Main address

http://www.cheshire.police.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/33132

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=37455&B=BLUELIGHT

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

Provision of an Occupational Health Service

Reference number

CPA SPU 1454P

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.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.

two.1.5) Estimated total value

Value excluding VAT: £700,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKD6 - Cheshire
Main site or place of performance

Winsford. CW7 2UA

two.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.

two.2.5) Award criteria

Quality criterion - Name: • Functional Requirements / Weighting: 40

Quality criterion - Name: • Social Value / Weighting: 10

Quality criterion - Name: • Presentation/Interview / Weighting: 10

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £700,000

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: No

two.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.

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.1.1) 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

three.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

three.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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As set out in the tender documents.

three.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 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

10 June 2021

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

10 June 2021

Local time

12:00pm


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

High Court

Manchester

Country

United Kingdom