Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Provision of Forensic Medical Services

  • First published: 18 May 2015
  • Last modified: 28 May 2015

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-027003
Published by:
Police & Crime Commissioner for South Wales
Authority ID:
AA0583
Publication date:
18 May 2015
Deadline date:
06 July 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Service requirements are split into two lots: Lot 1 –South Wales Police Lot 2 – Dyfed Powys Police The Contractor shall provide on a 24 hour, 7 days per week, 365/366 days a year basis the following Services: a) Forensic Medical and Healthcare Services b) Call Centre facilities through which the Force shall request forensic medical and healthcare services The Service requirement is to provide a reliable, effective, efficient and timely forensic healthcare service to: a) Detainees, witnesses and voluntary attendees at Police Stations (Custody); b) Victims of sexual assault at Sexual Assault Referral Centres; c) Police officers and staff injured in the course of their duty; d) Attendance at scenes of sudden/suspicious death; and e) Attendance at hospitals for forensic examinations. The Service shall meet the needs of custody, forensic and investigative requirements and the needs of victims of crime through the provision of appropriately skilled, trained and qualified professionals. CPV: 85121200, 85141000, 85120000, 85121000, 85000000, 85100000, 85140000.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Police & Crime Commissioner for South Wales

Police Headquarters, Cowbridge Road

Bridgend

CF31 3SU

UK

Procurement Department

+44 1656655555

swp-procurement@south-wales.pnn.police.uk


www.south-wales.police.uk

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0583

www.etenderwales.bravosolution.co.uk

www.etenderwales.bravosolution.co.uk
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Yes

Police and Crime Commissioner for Dyfed Powys Police

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Provision of Forensic Medical Services

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

25

II.1.2)

Main site or location of works, place of delivery or performance

Force area of South Wales Police and Dyfed Powys Police



UKL

II.1.3)

This notice involves

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Checked box

Number of participants to the framework agreement envisaged

2

Duration of the framework agreement

3

Justification for a framework agreement the duration of which exceeds four years

This agreement is for 3 years with the possibility to extend for a further 1 year

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

The Service requirements are split into two lots:

Lot 1 –South Wales Police

Lot 2 – Dyfed Powys Police

The Contractor shall provide on a 24 hour, 7 days per week, 365/366 days a year basis the following Services:

a) Forensic Medical and Healthcare Services

b) Call Centre facilities through which the Force shall

request forensic medical and healthcare services

The Service requirement is to provide a reliable, effective, efficient and timely forensic healthcare service to:

a) Detainees, witnesses and voluntary attendees at Police

Stations (Custody);

b) Victims of sexual assault at Sexual Assault Referral Centres;

c) Police officers and staff injured in the course of their duty;

d) Attendance at scenes of sudden/suspicious death; and

e) Attendance at hospitals for forensic examinations.

The Service shall meet the needs of custody, forensic and investigative requirements and the needs of victims of crime through the provision of appropriately skilled, trained and qualified professionals.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.uk/search/search_switch.aspx?ID=27003

II.1.6)

Common Procurement Vocabulary (CPV)

85121200
85141000
85120000
85121000
85000000
85100000
85140000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Unchecked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The contract is split into 2 lots.

Lot 1 - South Wales Police

Lot 2 - Dyfed Powys Police

The tender can bid for one or both of the lots.

II.2.2)

Options

Option to extend contracts for 12 months at the end of the initial 36 month term.

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

36

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

Security for Performance:

The Comissioner has advised that it may require a Parent Company Guarantee and/or a Perfromance Bond.

At this stage it is unknown as to whether or not this requirement will be taken up. If the Commissioner decides to take up the offer of a performance bond, then the sum which will be required under the bond is 10% of the tender price.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

III.1.4)

Other particular conditions to which the performance of the contract is subject

Terms and Conditions of Contract are contained within the tender docuement

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


III.2.2)

Economic and financial capacity





III.2.3)

Technical capacity





III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

Yes

Elements of the Service provision will be carried out by Doctors and Nurses.

Doctors: The Contractor shall ensure that all doctors:

a) Are fully registered with the GMC (unrestricted) and have a License to Practise;

b) Have a minimum of 3 years training in a relevant specialty (General Practice or Emergency Medicine are desirable) in an approved practice setting following successful completion of foundation training (FY1 and FY2). (Exceptionally there may be some high quality training posts where the degree of supervision is such that less experienced doctors may have the required support to train and work in this field but advice should be sought from the FFLM before such appointments are made);

c) Have been awarded the Diploma of the FFLM (General Forensic Medicine) within two years of taking up their post with the Contractor unless they already are either a MFFLM or FFFLM;

d) Clinical leads shall have Foundation Membership or Membership of the FFLM (General Forensic Medicine) by examination;

e) Have current valid training in Immediate Life Support at any given time;

f) It is best practice that Doctors who will be carrying out sexual assault examinations have the Diploma in the Forensic and Clinical Aspects of Sexual Assault.

Nurses: As a minimum the Contractor shall ensure that all nurses:

a) Are appropriately registered with the Nursing and Midwifery Council (NMC);

b) Shall be a minimum of AFC band 6 or equivalent;

c) Have a minimum of 4 years post qualifying experience;

d) Have a minimum of 3 years general practice, accident and emergency, walk in centre, substance misuse, prison healthcare or mental health experience at recruitment;

e) Have current valid training in Immediate Life Support at any given time; and

f) Shall be capable of extended roles including venipuncture.

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

ITT_47488 (INTERNAL FILE324)

IV.3.2)

Previous publication(s) concerning the same contract

Checked box
Unchecked box
2014/S 184-324832 25-09-2014

Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 09-06-2015

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 09-06-2015  14:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

 07-10-2015

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


Early 2018 or if the contract is extended then early 2019.

VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

This procurement process will be carried out on Etender Wales.

This is a seperate website and if you are not already registered then registration will be required.

You will need to visit https://etenderwales.bravosolution.co.uk/web/login.shtml to register or access the documents.

Search for ITT -47488

(WA Ref:27003)

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 18-05-2015

ANNEX B

Information About Lots

1     South Wales Police

1)

Short Description

Provision of the Services in the South Wales Police Force area.

The Police and Crime Commissioner for South Wales is responsible for policing an area of some 812 square miles which span the local Police and Crime Commissioner areas of Merthyr and Rhondda Cynon Taff (Northern BCU), Cardiff (Eastern BCU), the Vale of Glamorgan and Bridgend (Central BCU)and Neath & Port Talbot and Swansea (Western BCU).

2)

Common Procurement Vocabulary (CPV)

85121200
85100000
85000000
85141000
85120000
85121000
85140000

3)

Quantity or scope

The Contractor shall provide on a 24 hour, 7 days per week, 365/366 days a year basis the following Services:

a) Forensic Medical and Healthcare Services

b) Call Centre facilities through which the Force shall request forensic medical and healthcare services

collectively the “Services”.

The Service requirement is to provide a reliable, effective, efficient and timely forensic healthcare service to:

a) Detainees, witnesses and voluntary attendees at Police Stations (Custody);

b) Victims of sexual assault at Sexual Assault Referral Centres;

c) Police officers and staff injured in the course of their duty;

d) Attendance at scenes of sudden/suspicious death; and

e) Attendance at hospitals for forensic examinations.

The Service shall meet the needs of custody, forensic and investigative requirements and the needs of victims of crime through the provision of appropriately skilled, trained and qualified professionals.


4)

Indication about different contract dates

36

5)

Additional Information about lots

There will be an option to extend for an additional 12 months at the end of the 36 months contract.

ANNEX B

Information About Lots

2     Dyfed Powys Police

1)

Short Description

Provision of the Services for Dyfed Powys Police

Dyfed-Powys Police safeguard people living, working and visiting the Counties of Carmarthenshire, Ceredigion, Pembrokeshire and Powys. It has a population of over 488,000, that is significantly boosted with tourists each year, and covers a land mass of over half of Wales. Geographically it is the largest police force in England and Wales, it has over 350 miles of coastline, many remote rural communities along with a number of relatively small centres of population that include Aberystwyth, Cardigan, Haverfordwest, Carmarthen and Brecon. The area stretches from St David’s in the West across to Crickhowell in the East, up to Welshpool and Machynlleth in the North.

2)

Common Procurement Vocabulary (CPV)

85121200
85141000
85120000
85121000
85000000
85100000
85140000

3)

Quantity or scope

The Contractor shall provide on a 24 hour, 7 days per week, 365/366 days a year basis the following Services:

a) Forensic Medical and Healthcare Services

b) Call Centre facilities through which the Force shall request forensic medical and healthcare services

collectively the “Services”.

The Service requirement is to provide a reliable, effective, efficient and timely forensic healthcare service to:

a) Detainees, witnesses and voluntary attendees at Police Stations (Custody);

b) Victims of sexual assault at Sexual Assault Referral Centres;

c) Police officers and staff injured in the course of their duty;

d) Attendance at scenes of sudden/suspicious death; and

e) Attendance at hospitals for forensic examinations.

The Service shall meet the needs of custody, forensic and investigative requirements and the needs of victims of crime through the provision of appropriately skilled, trained and qualified professionals.


4)

Indication about different contract dates

36

5)

Additional Information about lots

There will be an option to extend for an additional 12 months at the end of the initial 36 month period.


Coding

Commodity categories

ID Title Parent category
85000000 Health and social work services Other Services
85100000 Health services Health and social work services
85120000 Medical practice and related services Health services
85121000 Medical practice services Medical practice and related services
85121200 Medical specialist services Medical practice services
85140000 Miscellaneous health services Health services
85141000 Services provided by medical personnel Miscellaneous health services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
18 May 2015
Deadline date:
06 July 2015 00:00
Notice type:
Contract Notice
Authority name:
Police & Crime Commissioner for South Wales
Publication date:
03 June 2015
Notice type:
Additional Information
Authority name:
Police & Crime Commissioner for South Wales
Publication date:
04 December 2015
Notice type:
Contract Award Notice
Authority name:
Police & Crime Commissioner for South Wales

About the buyer

Main contact:
swp-procurement@south-wales.pnn.police.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
28/05/2015 17:15
Submission Deadline/Application Deadline Date(s) Changed
The Deadline date was changed from 09/06/2015 14:00 to 06/07/2015 14:00.

The Application Deadline date was changed from 09/06/2015 to 06/07/2015.

Large Volume of Bidder Questions. Extension will allow sufficient time to respond to questions.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.