CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Police and Crime Commissioner for Dyfed-Powys |
Police Headquarters, PO Box 99, Llangunnor |
Carmarthen |
SA31 2PF |
UK |
Procurement
Kirsten Tucker |
+44 1267226204 |
|
|
http://www.dyfed-powys.police.uk
http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0385
http://www.etenderwales.bravosolution.co.uk/
http://www.etenderwales.bravosolution.co.uk/
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authoritySpecialist 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 contract25 |
II.1.2)
|
Main site or location of works, place of delivery or performance
Dyfed Powys Police Force Area
UK |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement
|
|
Justification for a framework agreement the duration of which exceeds four years
|
|
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)
This opportunity has been published again as an urgent tender due to budget implications on the previous tender OJEU Reference 2015/S 95-172670 under Lot 2 for Dyfed Powys Police.
A qualified and experienced 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.
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=35364
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
85121200 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scope |
|
|
II.2.2)
|
OptionsThe contract will be awarded for a period of 1 year with an option to extend for up to 12 months |
|
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 01-03-2016 28-02-2017 |
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
|
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
The performance of the contract is subject to particular conditions: Yes
Description of particular conditions: Terms and Conditions of Contract are contained within the tender document
|
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
|
|
|
|
|
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? Yes |
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
|
|
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
|
|
|
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
DPP/15/13
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 23-10-2015
12:00 |
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
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
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 Mid to end of 2016 or later if extension period is used. |
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
This tender is result of the previous tender encountering budget implications and is being published with shorter time scales under the light touch regime.
(WA Ref:35364)
|
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 12-10-2015 |