Medical Services Norfolk Police Authority
Force Medical Advisor for Norfolk and Suffolk Police Authorities. UK-Wymondham: health and social work services
2012/S 101-168489
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Norfolk Police Authority
Operations & Communications Centre, Building 8, Falconers Chase
Contact point(s): Procurement & Supplies Department: All interested parties are to note that this procurement will be via our e-tendering portal. All applicants must register on www.bluelight.gov.uk and the reference for this tender is QTLE-8UDJ6S. Further details of the service required is provided in the Invitation to Tender which is available as a result of registration.
For the attention of: Elizabeth De Grussa
NR18 0WW Wymondham
UNITED KINGDOM
Telephone: +44 1953425699-2879
E-mail: procurement@norfolk.pnn.police.uk
Fax: +44 1953424910
Internet address(es):
General address of the contracting authority: http://www.norfolk-pa.gov.uk
Address of the buyer profile: http://www.norfolk.police.uk
Electronic access to information: http://www.bluelight.gov.uk
Electronic submission of tenders and requests to participate: http://www.bluelight.gov.uk
Further information can be obtained from: Norfolk Constabulary
Procurement and Supplies, Building 9, Falconers Chase
Contact point(s): Procurement & Supplies Department: All interested parties are to note that this procurement will be via our e-tendering portal. All applicants must register on www.bluelight.gov.uk and the reference for this tender is QTLE-8UDJ6S. Further details of the service required is provided in the Invitation to Tender which is available as a result of registration.
For the attention of: Elizabeth De Grussa
NR18 0WW Wymondham
UNITED KINGDOM
Telephone: +44 1953425699-2879
E-mail: procurement@norfolk.pnn.police.uk
Fax: +44 1953424910
Internet address: http://bluelight.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Norfolk Constabulary
Procurement and Supplies, Building 9, Falconers Chase
Contact point(s): Procurement & Supplies Department: All interested parties are to note that this procurement will be via our e-tendering portal. All applicants must register on www.bluelight.gov.uk and the reference for this tender is QTLE-8UDJ6S. Further details of the service required is provided in the Invitation to Tender which is available as a result of registration.
For the attention of: Elizabeth De Grussa
NR18 0WW Wymondham
UNITED KINGDOM
Telephone: +44 1953425699-2879
E-mail: procurement@norfolk.pnn.police.uk
Fax: +44 1953424910
Internet address: http://bluelight.gov.uk
Tenders or requests to participate must be sent to: Norfolk Constabulary
Procurement and Supplies, Building 9, Falconers Chase
Contact point(s): Procurement & Supplies Department: All interested parties are to note that this procurement will be via our e-tendering portal. All applicants must register on www.bluelight.gov.uk and the reference for this tender is QTLE-8UDJ6S. Further details of the service required is provided in the Invitation to Tender which is available as a result of registration.
For the attention of: Elizabeth De Grussa
NR18 0WW Wymondham
UNITED KINGDOM
Telephone: +44 1953425699-2879
E-mail: procurement@norfolk.pnn.police.uk
Fax: +44 1953424910
Internet address: http://bluelight.gov.uk
The contracting authority is purchasing on behalf of other contracting authorities: yes
Suffolk Police Authority
Suffolk Constabulary HQ, Martlesham Heath
IP5 3QS Ipswich
UNITED KINGDOM
Section II: Object of the contract
Service category No 25: Health and social services
Main site or location of works, place of delivery or of performance: The counties of Norfolk and Suffolk.
NUTS code UKH13,UKH14
85000000, 85100000
This procurement will be led by Norfolk Police Authority on behalf of Norfolk and Suffolk Police Authority.
The estimated requirements are 20 hours per week (960 hours per year based upon 48 weeks of work a year). The requirements are expected to be split 1.5 days (or 3 sessions of 4 hours) per week for Norfolk Police Authority, and 1 day (or 2 sessions of 4 hours) per week for Suffolk Police Authority. The service for each Authority is to be delivered in the respective County. This will be subject to flexibility dependant upon the specific demands of each Authority which may vary from time to time.
The estimated range given (excluding VAT) is based on historial spend data and also allows for the extension options given below.
Estimated value excluding VAT:
Range: between 350 000,00 and 600 000,00 GBP
Description of these options: Subject to contractual terms, the Contract will be awarded for an initial period of 3 years with the option to extend up to a total contract period of 5 years on the terms stated in the tender documentation.
Provisional timetable for recourse to these options:
in months: 29 (from the award of the contract)
Number of possible renewals: Range: between 1 and 2
Section III: Legal, economic, financial and technical information
Description of particular conditions: Applicants may not be any of the situations described in Article 45 of Directive 2004/18/EC.
Subject to Norfolk Police Authority Terms and Conditions for the Supply of Services.
a) conspiracy within the meaning of section 1 of the Criminal Law Act 1977 where that conspiracy relates to participation in a criminal organisation as defined in Article 2(1) of Council Joint Action 98/733/JHA (as amended);
b) corruption within the meaning of section 1 of the Public Bodies Corrupt Practices Act 1889 or section 1 of the Prevention of Corruption Act 1906 (as amended);
c) the offence of bribery;
d) fraud, where the offence relates to fraud affecting the financial interests of the European Communities as defined by Article 1 of the Convention relating to the protection of the financial interests of the European Union, within the meaning of:
i) the offence of cheating the Revenue;
ii) the offence of conspiracy to defraud;
iii) fraud or theft within the meaning of the Theft Act 1968 and the Theft Act 1978;
iv) fraudulent trading within the meaning of section 458 of the Companies Act 1985 or section 993 of the Companies Act 2006;
v) defrauding the Customs within the meaning of the Customs and Excise Management Act 1979 and the Value Added Tax Act 1994;
vi) an offence in connection with taxation in the European Community within the meaning of section 71 of the Criminal Justice Act 1993; or
vii) destroying, defacing or concealing of documents or procuring the extension of a valuable security within the meaning of section 20 of the Theft Act 1968;
e) money laundering within the meaning of the Money Laundering Regulations 2003 or Money Laundering Regulations 2007; or
f) any other offence within the meaning of Article 45(1) of Directive 2004/18/EC as defined by the national law of any relevant State.
Any economic operator may also be disqualified from the procurement who:
a) being an individual, is bankrupt or has had a receiving order or administration order or bankruptcy restrictions order made against him or has made any composition or arrangement with or for the benefit of his creditors or has not made any conveyance or assignment for the benefit of his creditors or appears unable to pay or to have no reasonable prospect of being able to pay, a debt within the meaning of section 268 of the Insolvency Act 1986, or article 242 of the Insolvency (Northern Ireland) Order 1989, or in Scotland has granted a trust deed for creditors or become otherwise apparently insolvent, or is the subject of a petition presented for sequestration of his estate, or is the subject of any similar procedure under the law of any other state;
b) being a partnership constituted under Scots law, has granted a trust deed or become otherwise apparently insolvent, or is the subject of a petition presented for sequestration of its estate; or
c) been convicted of a criminal offence relating to the conduct of Your business or profession;
d) committed an act of grave misconduct in the course of Your business or profession;
e) failed to fulfil obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which You are established;
f) failed to fulfil obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which You are established; or
g) been guilty of serious misrepresentation in providing any information required of You under Regulation 23 of the Public Contracts Regulations 2006;
h) does not comply with all Equality related legislation;
i) does not comply with all Health and Safety regulations.
Applicants will be required to complete the Invitation to Tender and the above should only be submitted with this document.
b) the presentation of balance sheets or extracts from balance sheets, where publication of the balance sheet is required under law of the country in which the economic operator is established;
c) a statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information of these turnovers is available.
Applicants will be required to complete the Invitation to Tender and the above should only be submitted with this document.
In assessing whether an economic operator meets any minimum standards of technical or professional ability required of economic operators, the Authorities require the following:
a) the economic operator’s technical ability, taking into account in particular that economic operator’s skills, efficiency, experience and reliability;
b) a statement of the principal services provided by the supplier or the services provider in the past 3 years and:
(i) the dates on which the services were provided;
(ii) the consideration received;
(iii) the identity of the person to whom the services were provided;
(iv) any certificate issued or countersigned by that person confirming the details of the contract for those services provided; and
(v) where:
(aa) that person was not a contracting authority; and
(bb) the certificate referred to in sub-paragraph (b)(iv) is not available; any declaration by the economic operator attesting the details of the services provided;
c) the services provider’s or contractor’s educational and professional qualifications where the services provider or contractor is an individual and:
(i) if any, those of the services provider’s or contractor’s managerial staff; and
(ii) those of the one or more persons who would be responsible for providing the services or carrying out the work or works under the contract;
d) a statement of any proportion of the contract which the services provider intends to sub-contract to another person.
Applicants will be required to complete the Invitation to Tender and the above should only be submitted with this document.
Section IV: Procedure
Section VI: Complementary information
Estimated timing for further notices to be published: We will revisit the market in 2017 if the Contract runs full term.
High Court
The Strand
London
UNITED KINGDOM
Body responsible for mediation procedures
Procurement Dispute Resolution Services (PDRS)
BiP Solutiond Ltd, Medius 60, Pacific Quay
G5 1DZ Glasgow
UNITED KINGDOM
E-mail: pass@bipsolutions.com
Telephone: +44 8452707055
VI.5)Date of dispatch of this notice:24.5.2012