CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2024/S 000-011260/EN)
Nature of contract: Service contract
Procedure: Open procedure
Type of bid required: Global bid

Contract notice
Services

Section I: Contracting authority
I.1) Name and addresses
Official name: Police & Crime Commissioner for South Wales
Postal address: Police Headquarters, Cowbridge Road
Town: Bridgend
Postal code: CF31 3SU
Country: United Kingdom
Email: gemma.evans2@gwent.police.uk
Internet address(es):
Main address:
Address of the buyer profile:
Official name: Police and Crime Commissioner for Gwent
Postal address: Police Headquarters, Llantarnam Park Way
Town: Cwmbran
Postal code: NP44 3FW
Country: United Kingdom
Telephone: +44 1633838111
Email: procurement@gwent.police.uk
Internet address(es):
Main address:
Address of the buyer profile:
Official name: Police and Crime Commissioner for Dyfed-Powys
Postal address: Police Headquarters, PO Box 99, Llangunnor
Town: Carmarthen
Postal code: SA31 2PF
Country: United Kingdom
Telephone: +44 1267226540
Email: faye.ryan@dyfed-powys.police.uk
Internet address(es):
Main address:
Address of the buyer profile:

I.2) Joint Procurement:
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Public order and saftey

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Framework Contract for the Provision of Forensic Medical Services for Custody and Sexual Assault Referral Centres

Reference number: File 1380
II.1.2) Main CPV code: 85000000
II.1.3) Type of contract: Services
II.1.4) Short Description: The Commissioner is seeking a Contractor(s) to undertake Forensic Medical Services for its Custody suites and Sexual Assault Referral Centres. This contract is divided into lots.
II.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: Forensic Medical Services – South Wales Police

Lot No:1
II.2.2) Additional CPV code(s)
85000000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
The Commissioner is seeking a contractor to provide a fully embedded Health Care Professional-led service to provide Forensic Medical Services for its Custody suites.
II.2.5) Award criteria

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:Extension options may be available in call off contracts.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Forensic Medical Services – Gwent Police

Lot No:2
II.2.2) Additional CPV code(s)
85000000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
The Commissioner is seeking a contractor to provide a fully embedded Health Care Professional-led service to provide Forensic Medical Services for its Custody suites.
II.2.5) Award criteria

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:Extension options may be available in call off contracts.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Forensic Medical Services – Dyfed Powys Police

Lot No:3
II.2.2) Additional CPV code(s)
85000000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
The Commissioner is seeking a contractor to provide a Health Care Professional-led service to provide Forensic Medical Services for its Custody suites. Details of embedded and on-call requirements are provided within the Invitation to Tender.
II.2.5) Award criteria

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:Extension options may be available in any call off contract.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Forensic Medical Services – Sexual Assault Referral Centres.

Lot No:4
II.2.2) Additional CPV code(s)
85000000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
The Commissioner is seeking a contractor to provide an on-call Forensic Medical Examiner service to provide Forensic Medical Services for its Sexual Assault Referral Centres (SARCs). South Wales Police is acting as the lead contracting authority on behalf of the three Forces (South Wales, Gwent and Dyfed Powys) for the purpose of this Lot. The Sexual Assault Services shall include forensic medical and healthcare services, including examination and evidence retrieval.
II.2.5) Award criteria

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:Extensions may be permitted within call-off contracts.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:Full details are provided within the Invitation to Tender document.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

III.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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:4IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2024-05-22 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:6(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2024-05-22 Local time: 12:00

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: yes
Estimated timing for further notices to be published:Prior to the expiry of any call off contracts.
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at
(WA Ref:140542)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
Official name: High Court
Postal address: Royal Courts of Justice, The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice:2024-04-08

RELATED ARTICLES

April 9, 2026

Proposed New Office Plot C4 Cibyn Ind Estate, Caernarfon

Type of document: Contract Notice Country: United Kingdom 1. Title: PROPOSED NEW OFFICE PLOT C4 CIBYN IND ESTATE, CAERNARFON 2. Awarding Authority: Snowdonia

April 9, 2026

National Homicide Service

Type of document: Contract Notice Country: United Kingdom Publication Ref: 032010/S 000-2026 Nature of contract: Service contract Procedure: Open procedure Regulation of procurement: Not applicable Type