Suffolk Police Requirement for Force Medical Advisor
Force Medical Advisor, Occupational Health for Norfolk and Suffolk Constabularies.
United Kingdom-Ipswich: Health services
2015/S 100-182892
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Office of the Police and Crime Commissioner for Suffolk
N/A
Police Headquarters, Portal Avenue, Martlesham Heath
For the attention of: Lesley Heywood
IP5 3QS Ipswich
UNITED KINGDOM
Telephone: +44 1953425699
E-mail: heywoodl@norfolk.pnn.police.uk
Internet address(es):
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/32209
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=12343&B=BLUELIGHT
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=12343&B=BLUELIGHT
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Office of the Police and Crime Commissioner for Norfolk
Building 8, Jubilee House, Falconers Chase
NR18 0WW Wymondham
UNITED KINGDOM
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: Wymondham.
NUTS code UKH1
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
85100000, 85140000, 85141000, 85147000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 296 000 and 592 000 GBP
II.2.2)Information about options
Description of these options: At the sole discretion of the Commissioner the contract may be extended for up to a further 2 (two) years either on an annual basis or in its entirety.
Provisional timetable for recourse to these options:
in months: 30 (from the award of the contract)
II.2.3)Information about renewals
Section III: Legal, economic, financial and technical information
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
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
These will be covered in the suitability assessment questions within the tender document.
III.3.1)Information about a particular profession
Reference to the relevant law, regulation or administrative provision: Occupational Health Service providers must be able to provide suitably qualified occupational health physicians at the appropriate level identified in the tender documents and be responsible for their continued professional development.
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
Estimated timing for further notices to be published: 36 months.
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
High Court
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
Body responsible for mediation procedures
PDRS
BiP Solutions, Medius 60, Pacific Way
G51 1DZ Glasgow
UNITED KINGDOM
E-mail: pass@bipsolutions.com
Telephone: +44 8452707055
VI.5)Date of dispatch of this notice: