NHS England (London Region), British Transport Police (BTP) and City of London Police (CoLP) have agreed that they will voluntarily collaborate in the commissioning by the BTP and CoLP of custody healthcare in advance of the change in law to make NHS England responsible for the commissioning of police clinical and forensic custody healthcare. The commissioners require the following services to be delivered across both police forces: 1. Primary care healthcare services (medical and nursing) 2. Healthcare administration 3. Medicines management 4. Clinical waste management 5. Health promotion (including intervention and brief advice) 6. Continuity of care 7. Reduction of risk to detainees and persons coming into contact with them This remit, delivered in collaboration offers opportunities for consistency of commissioning and driving improvements in quality through a single outcome based service specification and single performance dashboard. The intention is to continue to meet resource efficiencies whilst maintaining high quality care in these challenging environments. The current healthcare contracts for each of the police custody suite healthcare services will continue until 31st July 2015; the new service is expected to begin on 1st August 2015. Following this procurement process, NHS England intends to award one contract across all sites. One integrated solution is being procured for this service and, therefore, this procurement is not divided into Lots. The contract will have an initial period of five (5) years which will be followed by two optional 12 month extension periods. Therefore if both of the optional extensions are taken up, the maximum contract period will be 84 months. The expected value of the contract is £729,000 (Ex VAT) per annum. Therefore the full (extended) contract will have maximum value of approximately £5,103,000 (Ex VAT). Interested Bidders are required to register on the NHS South of England Procurement Services (SoEPS) Commissioning Support e-tendering portal (link below and instructions attached) to access the PQQ documentation, express an interest and submit a PQQ response before the stated deadline. Additional information can be found in the Memorandum of Information (MOI) document attached to this advert. The PQQ documentation will be available for download on the e-tendering portal (link below) by 16:00 on 21st October 2014. https://in-tendhost.co.uk/soepscommissioning The Services to which this requirement relates fall within Part B of Schedule 3 to the Public Contracts Regulations 2006 (the Regulations) and Appendix II B to Council Directive 2004/18/EC. Neither the publication of the advertisement(s), the inclusion of a Bidder selection stage nor the use of the term “Pre-Qualification Questionnaire” nor any other indication (including any statement in the ITT) shall be taken to mean that the Contracting Authority intends to hold itself bound by any of the Regulations, save those applicable to Part B services. NHS England will be using the “Restricted” tender process as a template for this “Part B” service procurement – see above.