Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  Police & Crime Commissioner for South Wales
  Police Headquarters, Cowbridge Road
  Bridgend
  CF31 3SU
  UK
  
            E-mail: gemma.evans2@gwent.police.uk
  
            NUTS: UKL17
  Internet address(es)
  
              Main address: https://www.south-wales.police.uk
  
              Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0583
 
I.1) Name and addresses
  Police and Crime Commissioner for Gwent
  Police Headquarters, Llantarnam Park Way
  Cwmbran
  NP44 3FW
  UK
  
            Telephone: +44 1633838111
  
            E-mail: procurement@gwent.police.uk
  
            NUTS: UKL2
  Internet address(es)
  
              Main address: https://www.gwent.police.uk
  
              Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0384
 
I.1) Name and addresses
  Police and Crime Commissioner for Dyfed-Powys
  Police Headquarters, PO Box 99, Llangunnor
  Carmarthen
  SA31 2PF
  UK
  
            Telephone: +44 1267226540
  
            E-mail: faye.ryan@dyfed-powys.police.uk
  
            NUTS: UKL1
  Internet address(es)
  
              Main address: http://www.dyfed-powys.police.uk
  
              Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0385
 
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk/web/login.shtml
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/web/login.shtml
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
Framework Contract for the Provision of  Forensic Medical Services for Custody and Sexual Assault Referral Centres
            Reference number: File 1380
  II.1.2) Main CPV code
  85000000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  The Commissioner is seeking a Contractor(s) to undertake Forensic Medical Services for its Custody suites and Sexual Assault Referral Centres. This contract is divided into lots.
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        Yes
      
  Tenders may be submitted for all lots
 
II.2) Description
  
          Lot No: 1
  
    II.2.1) Title
    Forensic Medical Services - South Wales Police
    II.2.2) Additional CPV code(s)
    85000000
    II.2.3) Place of performance
    NUTS code:
    UKL22
    UKL18
    UKL15
    UKL17
    II.2.4) Description of the procurement
    The Commissioner is seeking a contractor to provide a fully embedded Health Care Professional-led service to provide  Forensic Medical Services for its Custody suites.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Quality
                    / Weighting: 45
    
                    Quality criterion: Social Value
                    / Weighting: 10
    
                    Price
                    
                      / Weighting: 
                      45
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 48
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    Extension options may be available in call off contracts.
    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
            
   
  
          Lot No: 2
  
    II.2.1) Title
    Forensic Medical Services - Gwent Police
    II.2.2) Additional CPV code(s)
    85000000
    II.2.3) Place of performance
    NUTS code:
    UKL2
    II.2.4) Description of the procurement
    The Commissioner is seeking a contractor to provide a fully embedded Health Care Professional-led service to provide  Forensic Medical Services for its Custody suites.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Quality
                    / Weighting: 45
    
                    Quality criterion: Social Value
                    / Weighting: 10
    
                    Price
                    
                      / Weighting: 
                      45
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 48
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    Extension options may be available in call off contracts.
    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
            
   
  
          Lot No: 3
  
    II.2.1) Title
    Forensic Medical Services - Dyfed Powys Police
    II.2.2) Additional CPV code(s)
    85000000
    II.2.3) Place of performance
    NUTS code:
    UKL24
    UKL14
    UKL1
    II.2.4) Description of the procurement
    The Commissioner is seeking a contractor to provide a Health Care Professional-led service to provide  Forensic Medical Services for its Custody suites. Details of embedded and on-call requirements are provided within the Invitation to Tender.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Quality
                    / Weighting: 45
    
                    Quality criterion: Social Value
                    / Weighting: 10
    
                    Price
                    
                      / Weighting: 
                      45
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 48
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    Extension options may be available in any call off contract.
    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
            
   
  
          Lot No: 4
  
    II.2.1) Title
    Forensic Medical Services - Sexual Assault Referral Centres.
    II.2.2) Additional CPV code(s)
    85000000
    II.2.3) Place of performance
    NUTS code:
    UKL24
    UKL22
    UKL21
    UKL2
    UKL18
    UKL17
    UKL16
    UKL15
    II.2.4) Description of the procurement
    The Commissioner is seeking a contractor to provide an on-call Forensic Medical Examiner service to provide  Forensic Medical Services for its Sexual Assault Referral Centres (SARCs). South Wales Police is acting as the lead contracting authority on behalf of the three Forces (South Wales, Gwent and Dyfed Powys) for the purpose of this Lot. The Sexual Assault Services shall include forensic medical and healthcare services, including examination and evidence retrieval.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Quality
                    / Weighting: 45
    
                    Quality criterion: Social Value
                    / Weighting: 10
    
                    Price
                    
                      / Weighting: 
                      45
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 48
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    Extensions may be permitted within call-off contracts.
    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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
  List and brief description of conditions:
  Full details are provided within the Invitation to Tender document.
  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
  III.2.3) Information about staff responsible for the performance of the contract
  Obligation to indicate the names and professional qualifications of the staff assigned to performing 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 several operators.
  
                            Envisaged maximum number of participants to the framework agreement: 4
  IV.1.8) Information about Government Procurement Agreement (GPA)
  
                The procurement is covered by the Government Procurement Agreement:
                
        Yes
      
 
IV.2) Administrative information
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              22/05/2024
  
                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:
              22/05/2024
  
              Local time: 12:00
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        Yes
      
Estimated timing for further notices to be published:
Prior to the expiry of any call off contracts.
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
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=140542
(WA Ref:140542)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
  VI.4.1) Review body
  
    High Court
    Royal Courts of Justice, The Strand
    London
    WC2A 2LL
    UK
    
            Telephone: +44 2079477501
   
 
VI.5) Date of dispatch of this notice
08/04/2024