Tender

Custody Healthcare Telephone Support (Lot 1) & Medication Storage Audit (Lot 2)

  • 7 Force Commercial Services

F02: Contract notice

Notice identifier: 2024/S 000-037194

Procurement identifier (OCID): ocds-h6vhtk-04b750

Published 18 November 2024, 1:25pm



Section one: Contracting authority

one.1) Name and addresses

7 Force Commercial Services

Suffolk Constabulary

Martlesham Heath

IP5 3QS

Contact

Anamaria Gray

Email

anamaria.gray@norfolk.police.uk

Country

United Kingdom

Region code

UKH1 - East Anglia

Internet address(es)

Main address

https://7force.force.com

Buyer's address

https://7force.force.com

one.3) Communication

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

https://7force.force.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://7force.force.com

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

Internet address

https://www.bipsolutions.com/