Tender

Forensic Medical & Healthcare Services

  • Cheshire Constabulary on behalf of the Police and Crime Commissioner for Cheshire

F02: Contract notice

Notice identifier: 2023/S 000-024393

Procurement identifier (OCID): ocds-h6vhtk-03f555

Published 18 August 2023, 3:51pm



The closing date and time has been changed to:

27 September 2023, 11:00am

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Cheshire Constabulary on behalf of the Police and Crime Commissioner for Cheshire

Headquarters, Clemonds Hey, Oakmere Road,

Winsford, Cheshire

CW7 2UA

Contact

Helen Elliott

Email

helen.elliott@cheshire.police.uk

Telephone

+44 1606362063

Country

United Kingdom

Region code

UKD6 - Cheshire

National registration number

N/A

Internet address(es)

Main address

http://www.cheshire.police.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/33132

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=72022&B=BLUELIGHT

Tenders or requests to participate must be submitted to the above-mentioned address

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

Forensic Medical & Healthcare Services

Reference number

CPA/SPU/2059P

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.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.

two.1.5) Estimated total value

Value excluding VAT: £12,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.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

two.2.3) Place of performance

NUTS codes
  • UKD6 - Cheshire
Main site or place of performance

Cheshire Constabulary Policing Area

two.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

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £12,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2024

End date

31 March 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.

two.2.10) Information about variants

Variants will be accepted: No

two.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.

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.1.1) 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

three.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

three.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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As set out in the Online ITT

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open 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.2.1) Previous publication concerning this procedure

Notice number: 2003/S 000-005017

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

20 September 2023

Local time

11:00am

Changed to:

Date

27 September 2023

Local time

11:00am

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.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)

four.2.7) Conditions for opening of tenders

Date

20 September 2023

Local time

11:00am

Place

Online within Bluelight e-Tendering System


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court

Manchester

Country

United Kingdom