Section one: Contracting authority
one.1) Name and addresses
Thames Valley Police
Meadow House, Oxford Spires Business Park, The Boulevard
Kidlington
OX5 1NZ
Contact
Thom Wilson
thom.wilson@thamesvalley.police.uk
Country
United Kingdom
NUTS code
UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Internet address(es)
Main address
https://www.thamesvalley.police.uk/
Buyer's address
https://www.thamesvalley-pcc.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://sell2.in-tend.co.uk/blpd/home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://sell2.in-tend.co.uk/blpd/home
Tenders or requests to participate must be submitted to the above-mentioned address
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
Custodial Healthcare Service Provision
Reference number
OP23001_15
two.1.2) Main CPV code
- 85141000 - Services provided by medical personnel
two.1.3) Type of contract
Services
two.1.4) Short description
The service shall provide fully qualified, trained and competent Healthcare Professionals embedded 24/7/365(6) in the 6 main Custody Suites in the TVP area to assess, treat and signpost Detained Persons (DPs) to ensure fitness for detention, interview, charging, release, with full live Clinical Oversight and consideration of a multi skilled workforce to assist across the Force and in particular the South of the Force. (Note; there is additional pressure in Loddon Valley and Maidenhead that may require additional support). The service needs to be reactive to short notice operational needs as well as proactive to longer term strategies. The ever evolving operational and custody requirements need to fully integrate with NHS (Liaison and Diversion), Social Care and Voluntary Sector providers of health and social support, creating and managing interconnected relationships and pathways with a view to reducing the ‘revolving door’ effect around the reasons for committing crimes.
two.1.5) Estimated total value
Value excluding VAT: £21,400,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 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
Thames Valley Area; Berkshire, Buckinghamshire and Oxfordshire
two.2.4) Description of the procurement
The service shall provide fully qualified, trained & competent Healthcare Professionals embedded 24/7/365(6) in the 6 main Custody Suites in the TVP area to assess, treat &signpost Detained Persons (DPs) to ensure fitness for detention, interview, charging, release, with full live Clinical Oversight & consideration of a multi skilled workforce to assist in across the Force & in particular the South of the Force. (Note; there is additional pressure in Loddon Valley & Maidenhead that may require additional support). The service needs to be reactive to short notice operational needs as well as proactive to longer term strategies. The ever evolving operational & custody requirements need to fully integrate with NHS (L&D), Social Care & Voluntary Sector providers of health & social support, creating & managing interconnected relationships & pathways with a view to reducing the 'revolving door' effect around the reasons for committing crimes. This will be in conjunction with regular reporting & the subsequent meeting of a number of stringent key performance indicators. Interactive training scenarios involving the Authority &/or other organisations will be welcomed as will insights into industry related technological advances. The Police custody suites are located; Berkshire (Maidenhead & Reading) Buckinghamshire (Aylesbury & Milton Keynes)Oxfordshire (Abingdon & Banbury) Newbury (Berks) - Retained for Operational Contingency High Wycombe (Bucks) - Retained for Operational Contingency. The services within scope, include PACE compliant core Custodial Healthcare provision, primarily, Custody DP Healthcare management, the provision of medical & forensic examinations, treatment for minor medical injuries, fitness assessments prior to interview, charging, bailing, court appearance &/or release, live clinical oversight, crisis support, management of substance misuse & onward referral services for people who have been DPs. In addition but not limited to the core provision; a) Holistic Healthcare Services; (General Healthcare prior to & following any forensic work) b) Forensic sampling following a healthcare assessment relevant for that purpose c) Call Centre, email & video call facilities (or other mutually agreed contact mechanisms) through which the Authority can ask for forensic medical & healthcare services. The re-tendering exercise will aim to increase equity of access & ensure a consistent, resilient & high standard of quality care to DPs. The service will delivered in line with current national standards, guidance, NHSE specification & best practice, & at the same time meet the local needs of each Custody Suite/Force area, planned & Ad hoc operationalrequirements. The Provider will ensure that the service is delivered in an age-appropriate way for children & adults & vulnerable persons; all staff must meet the skills & competences commensurate with the role they are performing. The service should consider PACE, Safeguarding, support to joint protocols around the safe management of intoxication in custody & Health & Forensic requirements with equal priority. The Custodial Healthcare provider will work closely with L&D providers & other support services within the custody Suite & ensure service users are referred to appropriate onward provision as necessary.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £21,400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 June 2025
End date
31 May 2033
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
two.2.10) Information about variants
Variants will be accepted: No
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As described in the Specification and Terms & Conditions
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As described in the Specification and Terms & Conditions
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-018109
four.2.2) Time limit for receipt of tenders or requests to participate
Date
16 September 2024
Local time
11:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 1 June 2025
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Documentation is available on our e-tendering portal where registration is free of charge at https://sell2.in-tend.co.uk/blpd/home
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
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
six.4.2) Body responsible for mediation procedures
Thames Valley Police Head of Procurement
Kidlington
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Raise with Head of Procurement in first instance