II.1)
Scope of the procurement
Provision of Custodial Healthcare Services
Reference number:
OP19001 33606
66162000
-
Custody services
Services
II.1.4)
Short description
Arrival in custody with physical/mental vulnerabilities such as alcohol/drug-related abuse/misuse can provide a gateway to healthcare services but is not an appropriate place to assess/treat. The service shall provide fully qualified Healthcare Professionals to the 8 Custody Suites in the Thames Valley Police region to assess, treat & signpost Detainees to ensure fitness for detention/charging & needs to fully integrate with NHS, Social Care & Voluntary Sector providers of health & social support.
II.1.5)
Estimated total value
Value excluding VAT: 9000000.00
GBP
II.1.6)
Information about lots
This contract is divided into lots:
no
II.2.2)
Additional CPV code(s)
66160000
-
Trust and custody services
75122000
-
Administrative healthcare services
79624000
-
Supply services of nursing personnel
79625000
-
Supply services of medical personnel
85141000
-
Services provided by medical personnel
II.2.3)
Place of performance
Main site or place of performance:
Oxon; Abingdon, Banbury; Berks; Newbury, Maidenhead, Reading; Bucks; Aylesbury, High Wycombe, Milton Keynes
II.2.4)
Description of the procurement
The service shall provide fully qualified Healthcare Professionals to the 8 Custody Suites in the Thames Valley Police region to assess, treat & signpost Detainees to ensure fitness for detention/charging & needs to fully integrate with NHS, Social Care & Voluntary Sector providers of health & social support. These staff may be embedded or mobile. The Tender process will be a full EU Restricted process, a 2 stage process, Stage 1; Request for Information (RFI), Stage 2; Request for Quotation (RFQ) with the opportunity for clarification questions throughout. Tenders will be evaluated against the specified requirements laid out within the documentation provided. Multiple evaluators will be used, the evaluator’s scores will then be moderated to ensure a consistent approach. Moderated scores will be rounded up to the nearest two (2) decimal places. The current contract expires 31/05/2020. All communication should be notified via EU Supply. Any subsequent contract will be for a maximum of 4 years (2+2) commencing in June 2020.
Criteria below
Quality criterion
-
Name:
Quality/Delivery
/
Weighting:
60%
Cost criterion
-
Name:
Pricing (Cost)
/
Weighting:
40%
Value excluding VAT: 9000000.00
GBP
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
24
This contract is subject to renewal:
yes
Description of renewals:
The current contract expires on 31st May 2020. Any new contract awarded shall commence on 1st June 2020. Subject to satisfactory performance a 1 x 24 month individual further extension is available to 31st May 2024. Contract to be awarded to a sole supplier.
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged minimum number:
5
/
Maximum number:
15
Objective criteria for choosing the limited number of candidates:
The expectations are for a minimum of 5 suppliers and a maximum of 15 suppliers to be invited to tender. RFI Stage 1 pass mark is 68%. Bidders who meet or exceed this mark will be taken through to the RFQ Stage 2 fully priced bidding process.
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
II.2.14)
Additional information
Attached as document. Contract to be awarded to a sole supplier. The expectations are for a minimum of 5 suppliers and a maximum of 15 suppliers to be invited to tender.