Contract notice

Information

Published

Date of dispatch of this notice: 24/06/2019

Expire date: 25/07/2019

External Reference: 2019-533081

TED Reference: 2019/S 122-298494

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Thames Valley Police
VAT – GB 180 5571 07
Police HQ North, Meadow House, Langford Lane
Kidlington, Oxon
OX5 1NZ
UK
Contact person: Thom Wilson
Fax: +44 1865541579
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=26371&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

Provision of Custodial Healthcare Services
Reference number:  OP19001 33606
II.1.2)

Main CPV code

66162000  -  Custody services
II.1.3)

Type of contract

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)

Description

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.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality/Delivery  /  Weighting:  60%
Cost criterion  -  Name:  Pricing (Cost)  /  Weighting:  40%
II.2.6)

Estimated value

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.

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 associated tender documentation.
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 associated tender documentation and KPIs/SLAs.
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

Restricted 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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2019/S 028-062355
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  25/07/2019
Local time:  12:00
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

Tender must be valid until:  01/06/2020

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.3)

Additional information

As detailed in associated tender documentation.
VI.4)

Procedures for review

VI.4.1)

Review body

Thames Valley
Kidlington
OX5 1NZ
UK