Section one: Contracting authority
one.1) Name and addresses
7 Force Commercial Services
Suffolk Constabulary
Martlesham Heath
IP5 3QS
Contact
Anamaria Gray
anamaria.gray@norfolk.police.uk
Country
United Kingdom
Region code
UKH1 - East Anglia
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Custody Healthcare Telephone Support (Lot 1) & Medication Storage Audit (Lot 2)
Reference number
7F-2024-C007
two.1.2) Main CPV code
- 71317200 - Health and safety services
two.1.3) Type of contract
Services
two.1.4) Short description
The Police and Crime Commissioner for Kent are seeking suppliers for the provision of Custody Healthcare Telephone Support, including issue of medication and dispense of medicines (Lot 1) and Medication Storage Audit (Lot 2)
two.1.5) Estimated total value
Value excluding VAT: £2,680,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Custody Healthcare Telephone Support
Lot No
Lot 1
two.2.2) Additional CPV code(s)
- 75122000 - Administrative healthcare services
two.2.3) Place of performance
NUTS codes
- UKH1 - East Anglia
Main site or place of performance
The Police and Crime Commissioner for Kent, Sutton Road, Maidstone, ME15 9BZ
two.2.4) Description of the procurement
Lot 1-Custody Healthcare Telephone Support Services, including the issue of prescriptions and facilitate dispense/collection of medication: the service model must offer a comprehensive range of telephone support and advice, to Custody Officers, Police Officers and in-house Healthcare Practitioners.
Services are required to start from 1st April 2025, and the contract will be for an initial period of 2 years with 2 x 12 month option to extend. The maximum budget available is £530,000p.a.
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: £2,120,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2029
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: 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
two.2) Description
two.2.1) Title
Medication Storage Audit
Lot No
2
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
two.2.3) Place of performance
NUTS codes
- UKH1 - East Anglia
Main site or place of performance
The Police and Crime Commissioner for Kent, Sutton Road, Maidstone, ME15 9BZ
two.2.4) Description of the procurement
Lot 2 - Medication Storage Audit, the service must provide medicine management advice and support via a Lead Pharmacist to Kent Custody in-house staff, and medication audits carried out twice yearly as a minimum. Services are required to start from 1st April 2025, and the contract will be for an initial period of 2 years with 2 x 12 month options to extend. The maximum budget available is £140,000 p. a
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: £560,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2029
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: 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.2) Conditions related to the contract
three.2.2) Contract performance conditions
The contract will have Key Performance Indicators, which will be monitored via contract management meetings and agreed with the winning bidder during the moderation period.
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
20 December 2024
Local time
4:00pm
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
Tender must be valid until: 31 March 2025
four.2.7) Conditions for opening of tenders
Date
18 November 2024
Local time
2:00pm
Place
Via the 7 Force e tendering portal
https://7force.force.com
Information about authorised persons and opening procedure
The opening procedure will be conducted in accordance with the 7 Force e e tendering portal protocol
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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