Section one: Contracting authority
one.1) Name and addresses
Police, Fire &Crime Commissioner for Staffordshire
Staffordshire Police HQ, Weston Road
Stafford
ST18 0YY
Contact
Melanie Johnson
Melanie.Johnson@staffordshire.pnn.police.uk
Telephone
+44 1785232434
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
N/A
Internet address(es)
Main address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/31727
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/31727
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=52732&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=52732&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 Physiotherapy Services
Reference number
5161
two.1.2) Main CPV code
- 85142100 - Physiotherapy services
two.1.3) Type of contract
Services
two.1.4) Short description
The aim of the service is to provide an effective and efficient Occupational Physiotherapy Service which supports Employee Wellbeing in SP&SFARS. The Supplier must ensure that services are provided in an environment that promotes access and ensures safe and effective support. This includes ensuring that there is adequate privacy and confidentiality, cleanliness and maintenance.
The Supplier must ensure that they promote easy access to services by offering client choice, e.g. Appointment times.
The Supplier will provide appropriate occupational assessment, advice and treatment for employees of the SP&SFARS.
During the Agreement period, the Supplier will provide the Service in a proper and practised manner in line with the Association of Chartered Physiotherapists in Occupational Health and Ergonomics’ Professional Standards. These processes will work in accordance with employee medical consent guidelines.
two.1.5) Estimated total value
Value excluding VAT: £304,761
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85142100 - Physiotherapy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Staffordshire
two.2.4) Description of the procurement
The aim of the service is to provide an effective and efficient Occupational Physiotherapy Service which supports Employee Wellbeing in SP&SFARS. The Supplier must ensure that services are provided in an environment that promotes access and ensures safe and effective support. This includes ensuring that there is adequate privacy and confidentiality, cleanliness and maintenance.
The Supplier must ensure that they promote easy access to services by offering client choice, e.g. Appointment times.
The Supplier must ensure they have paid due regard to the Equality Act 2010 and can evidence, where statutory obligations require, that they meet the needs of those covered by the requirements of the protected characteristics.
The Supplier will provide appropriate occupational assessment, advice and treatment for employees of the SP&SFARS.
The Supplier is required to provide appropriate advice for line managers and provide clinical information for Occupational Health professionals at the beginning and conclusion of each case.
During the Agreement period, the Supplier will provide the Service in a proper and practised manner in line with the Association of Chartered Physiotherapists in Occupational Health and Ergonomics’ Professional Standards. These processes will work in accordance with employee medical consent guidelines.
All referrals, whether employee self-referrals or from Line Managers must be made through OHS&W
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: £304,761
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The contract will be tendered upon the end of the initial contract term or following any extensions that are taken as detailed within the invitation to tender.
two.2.10) Information about variants
Variants will be accepted: No
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Qualified and registered with the Health Care Professionals Council and the Association of Chartered Physiotherapists in Occupational Health and Ergonomics (ACPOHE). Rehabilitation Therapists must hold a degree in sports rehabilitation therapy.
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
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
Qualified and registered with the Health Care Professionals Council and the Association of Chartered Physiotherapists in Occupational Health and Ergonomics (ACPOHE). Rehabilitation Therapists must hold a degree in sports rehabilitation therapy.
three.2.2) Contract performance conditions
KPI's contained within Invitation to Tender Documentation.
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
13 October 2022
Local time
5:00pm
Changed to:
Date
19 October 2022
Local time
5:00pm
See the change notice.
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
13 October 2022
Local time
5:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: June 2024
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 Royal Courts of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom