Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Police and Crime Commissioner for Dyfed-Powys
Police Headquarters, PO Box 99, Llangunnor
Carmarthen
SA31 2PF
UK
Contact person: Kirsten Tucker
E-mail: kirsten.tucker@dyfed-powys.pnn.police.uk
NUTS: UKL1
Internet address(es)
Main address: http://www.dyfed-powys.police.uk
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0385
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.etenderwales.bravosolution.couk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.etenderwales.bravosolution.co.uk
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Public order and safety
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Specialist Medical Services
Reference number: DPP/17/15
II.1.2) Main CPV code
79625000
II.1.3) Type of contract
Services
II.1.4) Short description
A qualified and experienced Contractor shall provide on a 24 hour, 7 days per week, 365/366 days a year basis the following Services:
a) Forensic Medical and Healthcare Services to custody suites across the Dyfed Powys Police Force area;
b) Call Centre facilities through which the Force shall request forensic medical and healthcare services collectively the ‘Services’.
The Service requirement is to provide a reliable, effective, efficient and timely forensic healthcare service to:
a) Detainees, witnesses and voluntary attendees at Police Stations (Custody);
b) Victims of sexual assault at Sexual Assault Referral Centres;
c) Police officers and staff injured in the course of their duty;
d) Attendance at scenes of sudden/suspicious death; and;
e) Attendance at hospitals for forensic examinations.
The Service shall meet the needs of custody, forensic and investigative requirements and the needs of victims of crime through the provision of appropriately skilled, trained and qualified professionals.
II.1.5) Estimated total value
Value excluding VAT:
5 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85141000
79625000
II.2.3) Place of performance
NUTS code:
UKL14
Main site or place of performance:
The Dyfed Powys Police Force area, which consists of:
Carmarthenshire
Pembrokeshire
Ceredigion
Powys
II.2.4) Description of the procurement
This opportunity is being reissued as an accelerated procedure due to suspended tender OJEU Reference 2017/5217-451705, which was a collaborative exercise with North Wales Police.
A qualified and experienced Contractor shall provide on a 24 hour, 7 days per week, 365/366 days a year basis the following Services:
a) Forensic Medical and Healthcare Services to custody suites across the Dyfed Powys Police Force area;
b) Call Centre facilities through which the Force shall request forensic medical and healthcare services collectively the ‘Services’.
The Service requirement is to provide a reliable, effective, efficient and timely forensic healthcare service to:
a) Detainees, witnesses and voluntary attendees at Police Stations (Custody);
b) Victims of sexual assault at Sexual Assault Referral Centres;
c) Police officers and staff injured in the course of their duty;
d) Attendance at scenes of sudden/suspicious death; and;
e) Attendance at hospitals for forensic examinations.
The Service shall meet the needs of custody, forensic and investigative requirements and the needs of victims of crime through the provision of appropriately skilled, trained and qualified professionals.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical Requirements
/ Weighting: 60
Price
/ Weighting:
40
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:
2 annual extension periods of up to a year
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.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
Doctors: The Contractor shall ensure that all doctors:
a) Are fully registered with the GMC (unrestricted) and have a License to Practise;
b) Have a minimum of 3 years training in a relevant specialty (General Practice or Emergency Medicine are desirable) in an approved practice setting following successful completion of foundation training (FY1 and FY2). (Exceptionally there may be some high quality training posts where the degree of supervision is such that less experienced doctors may have the required support to train and work in this field but advice should be sought from the FFLM before such appointments are made);
c) Have been awarded the Diploma of the FFLM (General Forensic Medicine) within two years of taking up their post with the Contractor unless they already are either a MFFLM or FFFLM;
d) Clinical leads shall have Foundation Membership or Membership of the FFLM (General Forensic Medicine) by examination;
e) Have current valid training in Immediate Life Support at any given time;
f) It is best practice that Doctors who will be carrying out sexual assault examinations have the Diploma in the Forensic and Clinical Aspects of Sexual Assault.
43.2 Nurses: As a minimum the Contractor shall ensure that all nurses:
a) Are appropriately registered with the Nursing and Midwifery Council (NMC);
b) Shall be a minimum of AFC band 6 or equivalent;
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
- Accelerated procedure
Justification:
This opportunity is being reissued as an accelerated procedure due to suspended tender OJEU Reference 2017/5217-451705, which was a collaborative exercise with North Wales Police. The current contract expires on 28th February, however an extension period has been granted to allow for implementation and any TUPE transfers.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2017/S 217-451705
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
12/12/2017
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
CY
EN
IV.2.7) Conditions for opening of tenders
Date:
12/12/2017
Local time: 12:00
Place:
The Office for the Police and Crime Commissioner
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
January 2022
VI.2) Information about electronic workflows
Electronic payment will be used
VI.3) Additional information
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=73556
(WA Ref:73556)
VI.4) Procedures for review
VI.4.1) Review body
Police and Crime Commissioner for Dyfed-Powys
Police Headquarters, PO Box 99, Llangunnor
Carmarthen
SA31 2PF
UK
Telephone: +44 1267226540
Internet address(es)
URL: http://www.dyfed-powys.police.uk
VI.5) Date of dispatch of this notice
23/11/2017