Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)The Police and Crime Commissioner for South Yorkshire
18 Regent Street, South Yorkshire
Contact point(s): www.bluelight.gov.uk
For the attention of: Paul Atherton
S70 2HG Barnsley
UNITED KINGDOM
E-mail:
I.2)Type of the contracting authorityRegional or local authority
I.3)Main activityPublic order and safety
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:Healthcare and Forensic Medical Examination Services for Persons in Custody.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 25: Health and social services
Main site or location of works, place of delivery or of performance: South Yorkshire Police Area, United Kingdom.
NUTS code UKE3
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)The provision of healthcare and forensic medical examination services for persons in police custody. The service will be delivered on a 24 hour 365/6 days per year basis.
II.1.6)Common procurement vocabulary (CPV)85000000, 85100000, 85140000, 85120000
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variants
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:To provide healthcare services and forensic medical examination services for persons in custody within the South Yorkshire Police Area. The provided service will have specified access and response times, specified quality and performance standards. The care and examinations will be properly organised, managed and professionally delivered within a robust clinical governance framework, ensuring a safe and clinically effective service for referrals with the objective of delivering positive health and evidential outcomes. The service will have an approach to healthcare that aims to support the reduction in offending behaviour by tackling intransigent health problems such as substance and alcohol misuse, mental illness, and self-harm, including managing the risk factors associated with suicide. Service delivery must be congruent with, and actively support, a collaborative partnership approach to multi-organisational care management of referrals ensuring that clinical care, health and social care and custodial care is provided within a broader framework of integrated care management and adherence to established care pathways across the local health and social care system. Conducting clinical forensic examinations to obtain forensic evidence along with the production of associated statements and when required attendances at court are included in the scope of this contract. An innovative approach and strategic outlook from the provider is seen as being critical to continuous service development and improvement.
The service will be delivered on a 24 hour, 365/6 days per year basis.
Estimated value excluding VAT:
Range: between 4 500 000 and 8 000 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completionDuration in months: 60 (from the award of the contract)
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 financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: Any supplier may be disqualified who:
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
Information and formalities necessary for evaluating if requirements are met:
Economic Operators expressing an interest in this project are required to complete and submit a Pre Qualification Questionnaire (PQQ) that is available
at the contact point www.bluelight.gov.uk
The evaluation and selection criteria are detailed within the PQQ.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: yes
Reference to the relevant law, regulation or administrative provision: Clinical care delivery will be provided by properly qualified and experienced Health Care Professionals that are clinically supervised and have current and unrestricted registration to practise with their professional bodies (General Medical Council or Nursing and Midwifery Council).
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged number of operators: 6
Objective criteria for choosing the limited number of candidates: The evaluation and selection criteria are detailed in the Pre Qualification Questionnaire (PQQ) that is available at the contact point www.bluelight.gov.uk
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:SYP/PROC/2013-667
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate27.1.2014 - 14:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional informationSouth Yorkshire Police is currently working with an NHS Commissioner to undertake due diligence work and establish working relationships in preparation for the subsequent transfer of commissioning and budgetary responsibility to the NHS.
A Local Partnership Board has been established and comprises of stakeholders from both the Police Force and NHS Commissioners.
The specification outlines the requirements of The Police and Crime Commissioner for South Yorkshire but from 1.4.2015 commissioning responsibility will transfer to the NHS Commissioning Board (NHS CB) for the provision of Healthcare and Forensic Examination Services for Persons within Police Custody Suites.
Expressions of Interest in this project must be made at the contact point www.bluelight.gov.uk. Instructions for registering on Bluelight are detailed at the above web address.
Economic Operators expressing an interest in this project are required to complete and submit a Pre Qualification Questionnaire (PQQ) which is available at the contact point www.bluelight.gov.uk. The evaluation and selection criteria are detailed within the PQQ.
A bidder's event is to be held on 14.1.2014 in Sheffield, South Yorkshire, United Kingdom. To register your attendance email . Title your request Healthcare Bidder's Event - (insert your Company/Organisation Name). Each organisation is restricted to a maximum of 3 attendees. Please list the names of your attendees and detail their role in your organisation. Closure for registering for this event is 15:00 hrs 10.1.2014.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:11.12.2013