Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Secretary of State for the Home Department
2 Marsham Street 4th Floor, Peel Building
London
SW1P 4DF
UK
Contact person: Police and Fire Commercial
E-mail: collaborativeprocurement@homeoffice.gov.uk
NUTS: UK
Internet address(es)
Main address: http://homeoffice.gov.uk
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
http://gps.cabinetoffice.gov.uk/i-am-supplier/respond-tender
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Public order and safety
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Police and Fire Medical Appeals Board Framework
Reference number: C15285
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
The Secretary of State for the Home Department (‘the Home Office’) has overall responsibility for policing in England and Wales and for the fire service in England only. Policing in Scotland and the fire service in both Wales and Scotland are devolved powers. However, the requirements under the contract being tendered relate to both policing and fire in England, Scotland and Wales.
As part of this responsibility, the Department is empowered to consider any appeal by a pension scheme member against a decision made by a police force or fire authority in relation to an ill-health pension or injury benefit award.
In order to administer such appeals, the Department appoints a contractor with the capability to appoint and manage independent appeal boards staffed by qualified medical practitioners.
The current contract expires on 30.9.2019 and the Department is inviting bids from organisations for the 3 year replacement framework opportunity.
II.1.5) Estimated total value
Value excluding VAT:
2 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
79000000
85000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The Secretary of State for the Home Department (‘the Home Office’) has overall responsibility for policing in England and Wales and for the fire service in England only. Policing in Scotland and the fire service in both Wales and Scotland are devolved powers. However, the requirements under the contract being tendered relate to both policing and fire in England, Scotland and Wales.
The Home Office requires a provider to manage boards of medical referees who will conduct medical appeals under the appropriate police and fire pension regulations in England, Wales and Scotland.
The required services comprise the provision of regional Medical Appeal Boards for the police and fire services in England, Wales and Scotland, in accordance with relevant pension and injury benefit regulations.
Scope:
The scope of the Framework Agreement includes the following:
— Administering Police and Fire Medical Appeal Boards,
— recruitment and training of members with appropriate expertise,
— monitoring and reporting of key performance indicators,
— producing annual and quarterly reports submitted formally to the Home Office,
— access to legal advice both before and after the hearings, whether from providers own legally qualified staff or through external legal advisers’ and ‘post decision case-work,
— providing stakeholders, such as pension authorities, selected medical practitioners, fire trades unions and the Police Federation with at least one day of training per year in relation to Medical Appeal Boards. Training will be based on stakeholder needs and feedback from board members and is distinct from training provided by parent organisations,
— to ensure independence of the appeal board process.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
12 month extension option.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with a single operator.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
24/06/2019
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
24/06/2019
Local time: 13:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
1) Please note, in accordance with the UK Government’s policies on transparency, Government Procurement Service intends to publish the Invitation to Tender (ITT) document, and the text of any Framework Agreement awarded, subject to possible redactions at the discretion of Home Office. The terms of the proposed Framework Agreement will also permit a public sector Contracting Authority, awarding a contract under this Framework Agreement, to publish the text of that contract, subject to possible redactions at the discretion of the Contracting Authority. Further information on transparency can be found at: http://gps.cabinetoffice.gov.uk/about-government-procurement-service/transparency-and-accountability/ transparency-procurement
2) The Contracting Authority expressly reserves the right:
(i) not to award any contract as a result of the procurement process commenced by publication of this notice; and
(ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the candidates. If the Contracting Authority decides to enter into a Framework Agreement with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. Any orders placed under this Framework Agreement will form a separate contract under the scope of this framework between the supplier and the specific requesting other contracting body. The Contracting Authority and other contracting bodies utilising the framework reserve the right to use any electronic portal during the life of the agreement.
3) The duration referenced in Section II.1.4) is for the placing of orders.
4) The value provided in Section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this Framework Agreement.
5) The procurement is being led by the Home Office which is acting on behalf of itself, and other UK public sector bodies in England, Scotland, Wales and Northern Ireland (and their statutory successors and organisations created as a result of re-organisation or organisational changes). These will include (but is not limited to) the following public sector bodies (as defined in the public contracts regulations 2015 as amended) UK police and fire service pension authorities
6) The Home Office uses an eSourcing toolkit for its sourcing activities to be conducted over the Internet. This procurement will be managed electronically via the Government Procurement Service’s e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite,to do so, visit online at https:// gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for GPS eSourcing’. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at http://gps.cabinetoffice.gov.uk/i-am-supplier/respond-tender
It should be noted that it may take up to 10 working days for Dun and Bradstreet to respond with a DUN S number. Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing: collaborativeprocurement@homeoffice.gov.uk
Your email should be entitled ‘PAFMAB’- and must state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. The email will be processed and the supplier will be granted access the procurement via the e-Sourcing Suite. The registered user will receive a notification email to confirm.
VI.4) Procedures for review
VI.4.1) Review body
VI.4.2) Body responsible for mediation procedures
Mr Lee Tribe, Home Office Commercial Director
The Home Office 1st Floor Peel Building 2 Marsham Street
London
SW1P 4DF
UK
VI.4.4) Service from which information about the review procedure may be obtained
VI.5) Date of dispatch of this notice
20/05/2019