Tender

Custodial Healthcare Service Provision

  • Thames Valley Police

F02: Contract notice

Notice identifier: 2024/S 000-025026

Procurement identifier (OCID): ocds-h6vhtk-046f3f

Published 8 August 2024, 12:24pm



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

Email

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

Email

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

https://www.thamesvalley.police.uk/police-forces/thames-valley-police/areas/au/about-us/our-people/departments-and-teams/procurement/

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Raise with Head of Procurement in first instance