Contract notice

Information

Published

Date of dispatch of this notice: 08/12/2017

Expire date: 24/01/2018

External Reference: 2017-109093

TED Reference: 2017/S 239-496340

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Cheshire Constabulary on behalf of the Police and Crime Commissioner for Cheshire
N/A
Headquarters, Clemonds Hey, Oakmere Road,
Winsford,Cheshire
CW7 2UA
UK
Contact person: Helen Elliott
Telephone: +44 1606362063
NUTS code:  UKD6 -  Cheshire
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=22555&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
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

Integrated Custody Healthcare and Liaison & Diversion Service for Cheshire Police Custody and Court Environments
Reference number:  CPA/SPU/793
II.1.2)

Main CPV code

85000000  -  Health and social work services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Police and Crime Commissioner for Cheshire (PCC) and NHS England are working together to commission an Integrated Custody Healthcare and Liaison & Diversion service for Cheshire Police custody and court environments. The Integrated Service Model combines two key services that have historically been commissioned separately; police custody healthcare and Liaison and Diversion. The Service will be expected to be flexible and adaptable to the changing local public service landscape, as service models mature and develop. The Provider will be expected to integrate with the local health economy and to work in partnership to ensure that the Service is aligned to, and makes appropriate links with, the local integrated early intervention models for individuals and families. The Integrated Service will deliver an all-age (adult and youth) comprehensive service across key points of intervention in the criminal justice system, addressing a wide range of health issues and vulnerabilities.
II.1.5)

Estimated total value

Value excluding VAT: 13766666.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

85120000  -  Medical practice and related services
85140000  -  Miscellaneous health services
85141000  -  Services provided by medical personnel
II.2.3)

Place of performance

NUTS code:  UKD6 -  Cheshire
Main site or place of performance:  
Cheshire Constabulary Policing Area and Associated Courts
II.2.4)

Description of the procurement

The Police and Crime Commissioner for Cheshire (PCC) and NHS England are working together to commission an Integrated Custody Healthcare and Liaison & Diversion (L&D) service for Cheshire Police custody and court environments.
The Integrated Service will be an integral part of the custody and court environments and, as such, the Provider is required to work in an integrated, cooperative and coordinated way with Cheshire Police and the Courts in the delivery of services. The Integrated Service Model combines two key services that have historically been commissioned separately; police custody healthcare provision and Liaison and Diversion. The Service will be expected to be flexible and adaptable to the changing local public service landscape, as service models mature and develop.
The Provider will be expected to integrate with the local health economy and to work in partnership with other local health economy providers and stakeholders and to ensure that the Service is aligned to, and makes appropriate links with, the local integrated early intervention models for individuals and families. This should ensure that the Service is delivered in partnership with any services which may already be working with an individual, and that information is shared appropriately to ensure an integrated and holistic approach to delivery. In delivering a prime provider integrated health model, all services will be expected to work across organisational boundaries and in partnership with other organisations in the interest of Service Users and to support early identification.
The Integrated Service Model will deliver an all-age (adult and youth) comprehensive service across key points of intervention in the criminal justice system, addressing a wide range of health issues and vulnerabilities.
The value shown relates to the maximum contract duration.
A site visit opportunity will be available on 10 January 2018, which will include sites covered by the integrated service; Custody, Voluntary Attendance and Court. Details of booking to attend will be notified to interested parties via notification within the ITT in the Bluelight e-tendering system.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 13766666.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/05/2018  /  End: 31/03/2021
This contract is subject to renewal: yes
Description of renewals:  
There will two options to extend of one year , this will take the contract to a maximum expiry of 31 March 2023.
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:  As detailed in the Specification
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.2.2)

Contract performance conditions

As detailed in the Specification

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the 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:  24/01/2018
Local time:  10:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
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:  24/01/2018
Local time:  10:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Manchester
UK