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
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
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