Police Healthcare Services for Suffolk Constabulary
Police Healthcare Services for the Police Investigation Centres (PIC) and the Sexual Assault Referrals Centres (SARC) to the Suffolk and Norfolk Constabularies.
United Kingdom-Ipswich: Administrative healthcare services
2014/S 096-167794
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Suffolk Constabulary
Portal Avenue, Martlesham Heath
For the attention of: Mr Stephen Perrins
IP5 3QS Ipswich
UNITED KINGDOM
Telephone: +44 1473613627
E-mail: stephen.perrins@suffolk.pnn.police.uk
Tenders or requests to participate must be sent to: Suffolk Constabulary
Force Headquarters, Martlesham Heath
For the attention of: Stephen Perrins
IP5 3QS Ipswich
UNITED KINGDOM
E-mail: stephen.perrins@suffolk.pnn.police.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 25: Health and social services
Main site or location of works, place of delivery or of performance: Geographical areas of Suffolk and Norfolk.
NUTS code UKH1
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Duration of the framework agreement
Duration in years: 3
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 4 900 000 and 6 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
75122000, 85110000, 85120000, 85121000, 85121200, 85141000, 85141200, 66162000, 85100000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Lot 2 Sexual Assault Referral Centre based in Ipswich, Suffolk.
Lot 3 Sexual Assault Referral Centre based in Norwich, Norfolk.
This procurement will be led by Suffolk Police Authority on behalf of the named forces.
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-9JWA-SGJA2U. Applicants who do not have Internet access should contact the officer named at the beginning of this notice.
Estimated value excluding VAT:
Range: between 4 500 000 and 6 100 000 GBP
II.2.2)Information about options
Description of these options: Subject to contractual terms, the contract will run for a period of three years with an option to extend for up to a further two years on terms stated in the tender documentation.
Tenderers are to note that this Contract will be novated to the NHS at some point within the Contract period.
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Healthcare Services for Lot 1
1)Short description
2)Common procurement vocabulary (CPV)
75122000, 85110000, 85120000, 85121000, 85121200, 85141000, 85141200, 66162000, 85100000
3)Quantity or scope
Estimated value excluding VAT:
Range: between 4 500 000 and 5 500 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Healthcare Services for Lot 2 – SARC in Suffolk
1)Short description
2)Common procurement vocabulary (CPV)
75122000, 85110000, 85120000, 85121000, 85121200, 85141000, 85141200, 66162000, 85100000
3)Quantity or scope
Estimated value excluding VAT:
Range: between 250 000 and 300 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Healthcare Services for Lot 2 – SARC in Norfolk
1)Short description
2)Common procurement vocabulary (CPV)
75122000, 85110000, 85120000, 85121000, 85121200, 85141000, 85141200, 66162000, 85100000
3)Quantity or scope
Estimated value excluding VAT:
Range: between 250 000 and 300 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: Applicants may not be any of the situations described in Article 45 of Directive 2004/18/EC.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
III.2.2)Economic and financial ability
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the 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.
III.2.3)Technical capacity
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: – where the recipient was a contracting authority, in the form of certificates issues or countersigned by the competent authority, – where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator;
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities;
(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capabilities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in appropriate cases, and indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last 3 years;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Additional information is contained within the Tender documentation.
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-9JWA-SGJA2U.
VI.4.1)Body responsible for appeal procedures
High Court
The Strand
London
UNITED KINGDOM
Body responsible for mediation procedures
PDRS
BiP Solutions Ltd., Medius 60, Pacific Quay
G51 1DZ Glasgow
UNITED KINGDOM
E-mail: Email:pass@bipsolutions.com
Telephone: +44 8452707055
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: