Scope
Reference
0158-2025
Description
South Yorkshire Mayoral Combined Authority (SYMCA) for and on behalf of itself and the Police and Crime Commissioner for Humberside (PCC) are procuring a Healthcare and Forensic Service in Custody, for South Yorkshire Police (SYP) and Humberside Police (HP). The procurement will be conducted in accordance with PA23 under the Competitive Flexible Procedure.
This requirement is for a collaborative contract for the two forces, with SYP as the lead force and SYMCA as the contracting authority, for services to be delivered by a single contractor.
Total value (estimated)
- £32,000,000 excluding VAT
- £38,400,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 26 January 2027 to 25 January 2032
- Possible extension to 25 January 2037
- 10 years
Description of possible extension:
Provision to extend for up to a maximum of a further 5 years.
Main procurement category
Services
CPV classifications
- 85100000 - Health services
Contract locations
- UKE1 - East Yorkshire and Northern Lincolnshire
- UKE3 - South Yorkshire
Participation
Legal and financial capacity conditions of participation
Please refer to the procurement pack.
Technical ability conditions of participation
Please refer to the procurement pack with particular regard to ITT Part 2 - Instructions to Tenderers.
Submission
Enquiry deadline
15 April 2026, 4:00pm
Submission type
Tenders
Tender submission deadline
23 April 2026, 4:00pm
Submission address and any special instructions
All Tendering activity for this procurement will be conducted through the Bluelight Electronic Tendering Portal:
https://sell2.in-tend.co.uk/blpd/home (https://sell2.intend.
In the event of any issues with the Portal at anytime before, during or after the Procurement Process, please contact the Portal's technical support team at:
Phone: +44 (0) 114 407 0065
E-mail:
Website:
http://www.in-tend.co.uk (http://www.intend.
Suppliers should ensure that an appropriate person is selected as the main point of contact on the Portal. It is also the responsibility of the Supplier to ensure that the key contact details for the organisation are maintained and up to date on the Supplier profile on the Portal. All correspondence will be sent electronically via the Portal to this person.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
24 July 2026
Award criteria
| Name | Description | Type | Weighting |
|---|---|---|---|
| Quality including Social Value | Quality 60% Social Value 10% |
Quality | 70% |
| Price | Price | 30% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Special regime
Light touch
Competitive flexible procedure description
Stage 1 - Initial Tender Stage
Invitation to participate in this procurement process and submit a tender response for the initial evaluation.
The evaluation will comprise of:
• Compliance Check
• Excluded and Excludable Tenderers
• Assessment of Conditions of Participation
• Mandatory Criteria (Pass/Fail)
• Initial evaluation of the Award Criteria (Quality 60%, Social Value 10%, Price 30%)
Tender submissions must achieve a total score of over 90 out of a maximum score available of 180 for Quality, in order to progress to stage two.
Any tender submissions that score 90 or less will not progress further and will not be invited to take part in stage two of this procurement process.
A maximum of four tenderers, who have achieved the highest overall combined score for Quality, Social Value and Price and have achieved a score of over 90 out of the available 180 for Quality, will be invited to participate in stage 2.
Stage 2 - Best and Final Offers (BAFO)
Tenderers who have been successfully shortlisted at Stage One, will be invited to attend a dialogue meeting. The meetings will take place on the 21st and 22nd May 2026. During the meeting the Authority will discuss the Initial tender submissions, with the relevant tenderers, in order to improve the content of that Tender.
Note: The Authority will not negotiate the Minimum Requirements as set out in ITT Part 1 Statement of Requirements, ITT Part 5 Terms and Conditions of Contract or the Data Processing Contract Appendix F in ITT Part 1 Statement of Requirements.
Following conclusion of the dialogue meetings, tenderers will be invited to submit their Best and Final Offers ("BAFO").
The authority will determine the Most Advantageous Tender ("MAT") by applying the Award Criteria to the final tenders recieved.
Following evaluation of BAFOs, the Authority will identify the 'Preferred Tenderer' as the tenderer who has achieved the highest overall total score for Quality, Social Value and Price based on the Award Criteria (Quality 60%, Social Value 10%, Price 30%).
Stage 3 - Preferred Tenderer Stage
Prior to any Contract Award the Authority will undertake due diligence on the Preferred tenderer, including request for required certification and evidence.
The Authority reserves the right to exclude the 'Preferred Tenderer', where they fail to satisfy any areas of due diligence and commence due diligence with the next highest ranked Tenderer.
Contracting authority
South Yorkshire Mayoral Combined Authority
- Public Procurement Organisation Number: PDBT-6675-QXPN
11 Broad Street West
Sheffield
S1 2BQ
United Kingdom
Region: UKE32 - Sheffield
Organisation type: Public authority - sub-central government