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
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
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