Section one: Contracting authority
one.1) Name and addresses
The Chief Constable of Hampshire and Isle of Wight Constabulary
Leigh Road
EASTLEIGH
SO50 9SJ
procurement.support@hants.gov.uk
Country
United Kingdom
Region code
UKJ3 - Hampshire and Isle of Wight
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
http://www.in-tendhost.co.uk/hampshire
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
http://www.in-tendhost.co.uk/hampshire
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://www.in-tendhost.co.uk/hampshire
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
Custody Healthcare Services for the Chief Constable of Hampshire and Isle of Wight Constabulary
Reference number
HC19847
two.1.2) Main CPV code
- 85141000 - Services provided by medical personnel
two.1.3) Type of contract
Services
two.1.4) Short description
The Force is looking to engage with suitable organisations who can provide fully qualified, trained & competent healthcare professionals to support the complex custody healthcare needs for detainees and suspects in Hampshire and the Isle of Wight.
Interested organisations should be aware that this healthcare service will be delivered, in the main, within the secure estate of a Police custody suite/unit. Medical healthcare is ancillary but critical to the role the Police have of investigating crime. Police Forces are strictly governed by legislation in particular the Police and Criminal Evidence Act 1984 and its Codes of Practice.
two.1.5) Estimated total value
Value excluding VAT: £12,101,810
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 75122000 - Administrative healthcare services
- 85121100 - General-practitioner services
- 85141200 - Services provided by nurses
two.2.3) Place of performance
NUTS codes
- UKJ3 - Hampshire and Isle of Wight
Main site or place of performance
There are currently six Police stations throughout Hampshire and the Isle of Wight that are designated under the Police and Criminal Evidence Act 1984 to be used for the purpose of detaining arrested persons. Four of these are used on a daily basis and the remaining two are held in reserve and are only occasionally used.
The service provider may also be required to attend other locations in relation to the provision of the service, including but not limited to, other Force owned sites in Hampshire and Isle of Wight, NHS sites and hospital attendances including Frimley Park Hospital on occasion.
Full details provided within the Specification.
two.2.4) Description of the procurement
The contract start date for provision of the services shall be 7th June 2024. The contract shall run for an initial period of 3 years until 6th June 2027 but has two extension options lasting 24 months. First extension until 6th June 2029, with a further 24-month extension until 6th June 2031 if desired.
Main aim of service is to deliver 24/7 365/366 embedded custody healthcare service to Southampton, Portsmouth and Basingstoke and deliver a part embedded, & part call out basis service at Newport Isle of Wight between the hours of 07:30 - 14:00 embedded, and all other times to be a call out. This will be subject to review once a year to review custody footfall, and whether this is working for both the Company and Police.
Full details can be obtained from the Specification.
How to access the documents
We recommend that you refer to the e-tendering guidance for suppliers which can be found by clicking on 'Information for Suppliers' at the top of the In-Tend home page. https://in-tendhost.co.uk/hampshire
If your organisation is not registered on the Hampshire In-tend portal, please go to the website stated above and click on the 'Register' tab - registration is free.
Interested parties should register their interest in the project via In-Tend , and complete and submit the requested documents together along with any supporting information.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £12,101,810
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
7 June 2024
End date
6 June 2031
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: 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
three.2.2) Contract performance conditions
Please refer to the Specification - Annex 1 for more details
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: 2023/S 000-017949
four.2.2) Time limit for receipt of tenders or requests to participate
Date
13 November 2023
Local time
2:00pm
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
13 November 2023
Local time
2:01pm
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.3) Additional information
The requirements for this contract are stipulated across the Specification document and the Contract document. Please ensure you are fully briefed and understand all requirements prior to submitting your tender.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom