Section one: Contracting authority
one.1) Name and addresses
British Transport Police
25 Camden Road, Camden
London
NW1 9LN
Contact
Piotr Ponitka
Telephone
+44 7825008798
Country
United Kingdom
NUTS code
UKI - LONDON
Internet address(es)
Main address
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA6102
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
British Transport Police London Custody Healthcare Contract
Reference number
BTP/CON/392
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
To procure a new contract for Healthcare in British Transport Police (BTP) London Custody Suites that will replace the current
arrangement ensuring that core policing business and BTP's strategic aims are delivered and its legal obligations are met.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
- UKI - LONDON
Main site or place of performance
Subject to changes throughout the contract term:
Brewery Road N7 9ED,
Central London Police Station W1T 2RA,
West Ham,
Wembley Park,
Hammersmith,
Belgravia Police Station.
two.2.4) Description of the procurement
Procurement of a new contract for Healthcare in British Transport Police (BTP) London Custody Suites that will replace the current
arrangement ensuring that core policing business and BTP’s strategic aims are delivered and its legal obligations are met. Chief Police
Officers have a statutory responsibility to ensure that detainees have access to appropriate professional healthcare whilst in police
detention. Healthcare provision in custody suites is mandated by the Safer Detention and Handling of Persons in Police detention guidance,
2012 and is required by the provisions in The Police and Criminal Evidence Act, 1984 (PACE). The custody function and BTP duty of care
to detainees is within the scope of the Health and Safety at Work Act, 1974 and The Corporate Manslaughter and Homicide Act, 2007.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Selection Questionnaire
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
English Law
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
30 March 2021
Local time
5:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
1 April 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the mytenders Web Site at
http://www.mytenders.org/Search/Search_Switch.aspx?ID=193394.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at
http://www.mytenders.org/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=222099.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:222099)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit