Award

Provision of Custodial Healthcare Services

  • Thames Valley Police

F15: Voluntary ex ante transparency notice

Notice identifier: 2023/S 000-022091

Procurement identifier (OCID): ocds-h6vhtk-03eb88

Published 31 July 2023, 8:21am



Section one: Contracting authority/entity

one.1) Name and addresses

Thames Valley Police

Police HQ North, Meadow House, The Boulevard, Lang

Kidlington, Oxon

OX5 1NZ

Email

thom.wilson@thamesvalley.police.uk

Country

United Kingdom

Region code

UKJ1 - Berkshire, Buckinghamshire and Oxfordshire

National registration number

VAT – GB 180 5571 07

Internet address(es)

Main address

https://www.thamesvalley.police.uk/

Buyer's address

https://www.thamesvalley-pcc.gov.uk/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Custodial Healthcare Services

Reference number

OP23001 / 76224

two.1.2) Main CPV code

  • 66162000 - Custody services

two.1.3) Type of contract

Services

two.1.4) Short description

VEAT notification of the Authority's intention to re-award the current contract to the incumbent service provider, Mountain Healthcare Limited for a further single year from 1st June 2024 to 31st May 2025, without call for competition. (The current contract expires 31st May 2024 with no further options for extension). Justification for this action detailed within this notice. A formal tender process is planned to commence mid 2024 to award a new contract in June 2025. Any subsequent procurement action will follow legislative requirements in force at the time of publication by electronic means via the Find a Tender Service.

All associated correspondence must be in UK English.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £2,657,000 / Highest offer: £2,709,000 taken into consideration

two.2) Description

two.2.2) Additional CPV code(s)

  • 66160000 - Trust and custody services
  • 75122000 - Administrative healthcare services
  • 79624000 - Supply services of nursing personnel
  • 79625000 - Supply services of medical personnel
  • 85141000 - Services provided by medical personnel

two.2.3) Place of performance

NUTS codes
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Main site or place of performance

Berks, Bucks & Oxon

two.2.4) Description of the procurement

The service provides embedded, mobile fully qualified, trained healthcare professionals to the 6/7 custody suites in the TVP area to assess, treat & signpost Detainees to ensure fitness for detention/charging & needs to fully integrate with NHS, social care & voluntary sector providers of health & social support. This VEAT notification is an intention to re-award to the incumbent service provider, Mountain Healthcare Limited for a further single year from 1 Jun 24 to 31 May 25 without call for competition. Current contract expires 31 May 24 with no further options for extension. Justification is; Due to operational & resourcing constraints faced both internally within the stakeholder dept, Criminal Justice (CJ) & externally with partnering agencies, incl NHSE Commissioning who are assisting with essential elements of medical/clinical input, along with the volatility of the medical staffing market (circa 50,000 nursing vacancies) CJ & NHSE are unable to provide dedicated resource to the re-tendering process & the potential workload involved in the mobilisation/implementation for any new provider for this service at the current time. CJ & NHSE pipelines indicate resource will be available Apr 24. To undertake effective re-procurement of our custody healthcare provision TVP will benefit from knowing the outcome of the ongoing NHSE re-procurement of our L&D service, to understand exactly what this provision will deliver in the future & what healthcare capability TVP therefore needs to commission. From a value for money perspective, this delay will also reduce the risk of over-commissioning services that may be provided through the L&D contract. Formal tender process planned to commence mid-24 to award a new contract in Jun 25. A 30 day standstill period applies from the date of publication of this VEAT notice, during which time the Authority will not enter into any new contractual arrangements. Any subsequent procurement action will follow legislative requirements in force at the time of publication by electronic means via the find a Tender Service. All associated correspondence must be in UK English.

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

No action required. This is a VEAT notification of intention to re-award the current contract to the incumbent. Justification detailed part in II.2.4) Description of the procurement of this notice. A 30 day standstill period applies from the date of publication of this VEAT notice, during which time the Authority will not enter into any new contractual arrangements.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

This VEAT notification is an intention to re-award to the incumbent service provider, Mountain Healthcare Limited for a further single year from 1 Jun 24 to 31 May 25 without call for competition. Current contract expires 31 May 24 with no further options for extension. Justification is; Due to operational & resourcing constraints faced both internally within the stakeholder dept, Criminal Justice (CJ) & externally with partnering agencies, incl NHSE Commissioning who are assisting with essential elements of medical/clinical input, along with the volatility of the medical staffing market (circa 50,000 nursing vacancies) CJ & NHSE are unable to provide dedicated resource to the re-tendering process & the potential workload involved in the mobilisation/implementation for any new provider for this service at the current time. CJ & NHSE pipelines indicate resource will be available Apr 24. To undertake effective re-procurement of our custody healthcare provision TVP will benefit from knowing the outcome of the ongoing NHSE re-procurement of our L&D service, to understand exactly what this provision will deliver in the future & what healthcare capability TVP therefore needs to commission. From a value for money perspective, this delay will also reduce the risk of over-commissioning services that may be provided through the L&D contract.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No


Section five. Award of contract/concession

Contract No

OP23001

Title

Custodial Healthcare Services

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

27 July 2023

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

Mountain Healthcare Limited

First Floor, Station Place, Argyle Way, Stevenage Hertfordshire

Stevenage

SG1 2AD

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

05578727

The contractor/concessionaire is an SME

No

five.2.4) Information on value of contract/lot/concession (excluding VAT)

Lowest offer: £2,657,000 / Highest offer: £2,709,000 taken into consideration


Section six. Complementary information

six.3) Additional information

Justification; Due to operational & resourcing constraints faced both internally within the stakeholder dept, Criminal Justice & externally with partnering agencies, incl NHSE Commissioning who are assisting with essential elements of medical/clinical input, along with the volatility of the medical staffing market (circa 50,000 nursing vacancies) CJ & NHSE are unable to provide dedicated resource to the re-tendering process & the potential workload involved in the mobilisation/implementation for any new provider for this service at the current time. CJ & NHSE pipelines indicate resource will be available Apr 24. To undertake effective re-procurement of our custody healthcare provision TVP will benefit from knowing the outcome of the ongoing NHSE re-procurement of our L&D service, to understand exactly what this provision will deliver in the future & what healthcare capability TVP therefore needs to commission. From a value for money perspective, this delay will also reduce the risk of over-commissioning services that may be provided through the L&D contract. A 30 day standstill period applies from the date of publication of this VEAT notice, during which time the Authority will not enter into any new contractual arrangements.

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service (PPRS)

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 03450103503

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Escalations to;

Head of Procurement

Thames Valley Police HQ North,

1st Floor, Meadow House,

The Boulevard, Langford Lane,

Kidlington

Oxon

OX5 1NZ