Contract notice

Information

Published

Expire date: 27/09/2023

External Reference: 2023-567032

FTS Reference: 2023-024393

Contract notice

Contract notice

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=72022&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

Forensic Medical & Healthcare Services
Reference number:  CPA/SPU/2059P
II.1.2)

Main CPV code

85100000  -  Health services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The provision of Forensic Medical & Healthcare Services to Cheshire Constabulary/Police & Crime Commissioner for Cheshire to provide healthcare interventions and forensic examinations on victims, suspects, witnesses and police personnel.
The Service will provide a safe, reliable, effective, efficient and timely clinical and forensic medical and healthcare service response on a 24-hour/7-day-per-week 365/366-days-per-year basis, via a single point of contact/call centre through which the force can request a healthcare intervention.
II.1.5)

Estimated total value

Value excluding VAT: 12500000.00  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
75122000  -  Administrative healthcare services
79624000  -  Supply services of nursing personnel
79625000  -  Supply services of medical personnel
II.2.3)

Place of performance

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

Description of the procurement

The provision of Forensic Medical & Healthcare Services to Cheshire Constabulary/Police & Crime Commissioner for Cheshire to provide healthcare interventions and forensic examinations on victims, suspects, witnesses and police personnel.
Within the police custody suites, the Forensic Medical & Healthcare Service will also provide a clinical assessment of a Service User’s fitness for detention, interview, charge and release in accordance with PACE (1984) and the College of Policing Authorised Professional Practice (APP) on Detention and Custody. The service requirements also includes interventions required for Test on Arrest. Developing and maintaining referral pathways is a key requirement.
The Service will provide a safe, reliable, effective, efficient and timely clinical and forensic medical and healthcare service response on a 24-hour/7-day-per-week 365/366-days-per-year basis.
The service provider will operate a single point of contact/call centre through which the force can request a healthcare intervention at anytime of the day or night, every day of the year including all public holidays, to ask for Forensic Medical and Healthcare Services.
The strategic aims of the Forensic Medical & Healthcare Service are to improve health outcomes for Service Users in the criminal justice system and to contribute to the reduction of offending and/or escalation of offending behaviours by means of providing a high quality, safe, effective and best value service. The Specification contains full details of the aims/objectives/outcomes and requirements.
The service provider must deliver a service model that offers a comprehensive range of consultation methods that prioritise face to face but for non-urgent matters could include by agreement with custody staff, telephone and email consultations, telemedicine and digital solutions. The provider will be required to have an electronic system connected to the NHS Summary Care Record.
The service provider must assist in the gathering and supply of evidence for presentation at Court within scope of healthcare services including, but not limited to, obtaining blood and intimate samples, the provision of evidence of opinion in relation to injuries sustained and the provision of professional advice.
The service provider will be expected to provide Forensic Medical and Healthcare Services at Cheshire Constabulary locations as well as at any other locations to meet operational requirements, this may on occasion be outside the Cheshire Constabulary policing area boundary.
The contract will be for an initial period of 4 years commencing on 1st April 2024 with the initial term ending 31st March 2028. The options to extend will take the contract to a maximum expiry of 31st March 2031. The estimated maximum contract value shown in this notice relates to a period up to the maximum expiry date.
There will be a site visit opportunity on Tuesday 5th September 2023. Attendance MUST be pre-booked via the Online ITT/Message area.
Full details can be found within the Online ITT – which is constructed as an online questionnaire with supporting files in the document folder
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  EQ1 - Service Model  /  Weighting:  20%
Quality criterion  -  Name:  EQ2 - Mobilisation  /  Weighting:  5%
Quality criterion  -  Name:  EQ3 - Clinical Governance  /  Weighting:  6%
Quality criterion  -  Name:  EQ4 - Safeguarding  /  Weighting:  7%
Quality criterion  -  Name:  EQ5 - Audits  /  Weighting:  4%
Quality criterion  -  Name:  EQ6 - Relationships  /  Weighting:  6%
Quality criterion  -  Name:  EQ7 - Workforce  /  Weighting:  10%
Quality criterion  -  Name:  EQ8 - Contract Management  /  Weighting:  5%
Quality criterion  -  Name:  EQ9 - IT Systems  /  Weighting:  5%
Quality criterion  -  Name:  EQ10 - Scenario 1-Emergency  /  Weighting:  3%
Quality criterion  -  Name:  EQ11 - Scenario 2-Service Provision  /  Weighting:  3%
Quality criterion  -  Name:  EQ12 - Scenario 3-Vulnerable Adult  /  Weighting:  3%
Quality criterion  -  Name:  EQ13 - Scenario 4-Vulnerable Young Person  /  Weighting:  3%
Quality criterion  -  Name:  EQ14 - Scenario 5-Mental Health  /  Weighting:  3%
Quality criterion  -  Name:  EQ15 - Scenario 6-Appropriate Referrals  /  Weighting:  3%
Quality criterion  -  Name:  EQ16 - Scenario 7-Vulnerability  /  Weighting:  3%
Quality criterion  -  Name:  EQ17 - Scenario 8-Death in Custody  /  Weighting:  3%
Quality criterion  -  Name:  EQ18 - Social Value  /  Weighting:  10%
Cost criterion  -  Name:  Contained within Evaluation Criteria 8  /  Weighting:  As set out in EQ8
II.2.6)

Estimated value

Value excluding VAT: 12500000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2024  /  End: 31/03/2028
This contract is subject to renewal: yes
Description of renewals:  
There will be options to extend the contract to a maximum expiry of 31st March 2031, in increments of not less than 6 months.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
There will be options to extend the contract to a maximum expiry of 31st March 2031, in increments of not less than 6 months.
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 set out in the tender documents
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
As set out in the tender documents
Minimum level(s) of standards possibly required:  
As set out in the tender documents
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
As set out in the tender documents
Minimum level(s) of standards possibly required:  
As set out in the tender documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As set out in the Online ITT
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.1.8)

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 FTS: 2003/S 000-005017
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  20/09/2023
Local time:  11:00
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:  20/09/2023
Local time:  11:00
Place:  
Online within Bluelight e-Tendering System

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