Tender

The provision of Custody Healthcare Services

  • The Police, Fire and Crime Commissioner for Northamptonshire

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-017770

Procurement identifier (OCID): ocds-h6vhtk-05099c

Published 29 April 2025, 6:34pm



Scope

Description

The Provision of Custody Healthcare Services for Northamptonshire Police across their two custody suites and other sites as required. The Contract term is 3 years +1+1. For a full description please refer to the Schedule 3 Specification.

Total value (estimated)

  • £6,007,763 excluding VAT
  • £7,209,315.60 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 September 2025 to 31 August 2028
  • Possible extension to 31 August 2030
  • 5 years

Description of possible extension:

2 x 1 year extensions. Published value includes extension years

Main procurement category

Services

CPV classifications

  • 85100000 - Health services

Contract locations

  • UKF24 - West Northamptonshire

Submission

Submission type

Tenders

Deadline for requests to participate

13 May 2025, 12:00pm

Submission address and any special instructions

Bidders should submit via the Atamis Tendering Portal Stage 1 information by the participation deadline. https://northamptonshire-opfcc.my.site.com/s/Welcome

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

30 July 2025

Recurring procurement

Publication date of next tender notice (estimated): 3 April 2028


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Stage 2 Quality

Weighted at 70%

Quality 70.00%
Stage 2 Pricing

Stage 2 pricing at 30%

Price 30.00%

Other information

Description of risks to contract performance

1)Legislation and guidance associated with this contract may change during the term 2) Custody sites, volumes and requirements may vary during the term due to change in demographic, criminal offence trends

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Special regime

Light touch

Competitive flexible procedure description

This tender is being run as a Competitive Flexible Procedure under Section 20 (2) of the Act using the Light Touch Regime (Section 9 of the Act). The most advantageous submission will be identified through a 5 stage tender: 1) Stage 1- Participation Stage- request to participate, PSQ and Conditions of Participation. These are pass/fail and all suppliers who pass shall proceed onto the next stage 2) Stage 2- Tender Stage 1 (Quality and Pricing). This stage is a desktop paper evaluation of quality-70% and pricing-30% (shared for transparency from beginning of tender). Following assessment as detailed in the tender documents the top 3 highest scoring suppliers, who pass Gateway questions and pass the quality threshold, will be selected to move to the next stage. 3) Stage 3- Tender Stage 2 (Scenarios) These are practical scenarios and will assess the suppliers experience and skill of reacting to medical scenarios. These are scored out of 100% The top 2 scoring bidders shall be invited to the next stage. 4) Stage 4- Tender Stage 3 (Presentations). The top two bidders shall be invited to undertake a presentation on a topic notified at the conclusion of Stage 3. This will be assessed and scored in accordance with tender documents. 5) Stage 5- Tender Stage 4- BAFO and negotiation. The Authority will enter negotiation stage around elements of the top two scoring bids and following conclusion will accept a BAFO for final assessment prior to award. To determine the most advantageous tender the scores for the three tender stages will be captured and the following calculations shall be undertaken: • Tender Stage 1- Score (Technical and Pricing) shall be multiplied by 0.6 (60%) • Tender Stage 2- Score (Scenario) shall be multiplied by 0.3 (30%) • Tender Stage 3- Score (Presentations) shall be multiplied by 0.1 (10%) It is noted that the BAFO from Stage 5 will be used to replace pricing from Stage 1 if revised pricing is submitted. In accordance with Reg 54 (3) a the participation stage timeline is reduced and in accordance with Reg 54 (4) the tendering period is also reduced. The Contracting Authority reserves the right to amend or not undertake a Stage. The Authority reserves the right to bring an additional Bidder through to Stage 3- Tender Stage 2 and/or Stage 4- Tender Stage 3 if there is a tie in scores or a 1% difference in scores.

Reduced tendering period

Yes

Light touch contract - no minimum


Contracting authority

The Police, Fire and Crime Commissioner for Northamptonshire

  • Public Procurement Organisation Number: PQZB-4253-GCQD

Darby House ,Darby Close ,Park Farm Industrial Estate

Wellingborough

NN8 6GS

United Kingdom

Region: UKF25 - North Northamptonshire

Organisation type: Public authority - sub-central government