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
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
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