Section one: Contracting authority
one.1) Name and addresses
Chief Constable for Devon and Cornwall Police
Police Headquarters, Middlemoor
Exeter
EX2 7HQ
Contact
Eyan Naylor
eyan.naylor@devonandcornwall.pnn.police.uk
Telephone
+44 07525246603
Country
United Kingdom
NUTS code
UKK - South West (England)
National registration number
N/A
Internet address(es)
Main address
http://www.devon-cornwall.police.uk/your-right-to-information
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=40418&B=BLUELIGHT
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=40418&B=BLUELIGHT
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
The Provision of Custody Based Healthcare and associated services to Detained Persons across the South West Forces.
Reference number
327C
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
The Customer invites tender returns for the provision of “Adaptive Delivery Models” that will proactively map to the current and potential future needs of the forces working in collaboration with the Forces and the region as a whole to develop partnership working to provide the services required, over a TEN year period.
The Forces are looking to move beyond the constraints of a fixed delivery model that is determined by the Forces themselves and instead move towards a partnership approach. The intention is that this allows the contract to “evolve” with the changes in demand, legislation and technology to become an adaptive delivery model that proactively changes to better meet the delivery needs of each custody suite, and the wider forces themselves.
two.1.5) Estimated total value
Value excluding VAT: £110,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 66162000 - Custody services
- 75241100 - Police services
two.2.3) Place of performance
NUTS codes
- UKK - South West (England)
Main site or place of performance
The SW forces of Avon & Somerset, Devon & Cornwall, Dorset, Gloucestershire & Wiltshire
two.2.4) Description of the procurement
This contract covers healthcare within the secure estate of a police custody suite/unit in this respect the Police are strictly governed by legislation in particular the Police and Criminal Evidence Act 1984 and its Codes of Practice.
The Customer invites tender returns for the provision of “Adaptive Delivery Models” that will proactively map to the current and potential future needs of the forces working in collaboration with the Forces and the region as a whole to develop partnership working to provide the services required, over a TEN year period.
The Forces are looking to move beyond the constraints of a fixed delivery model that is determined by the Forces themselves and instead move towards a partnership approach.
The intention is that this allows the contract to “evolve” with the changes in demand, legislation and technology to become an adaptive delivery model that proactively changes to better meet the delivery needs of each custody suite, and the wider forces themselves. Allowing the cost of delivery to effectively represent the true cost of the service being delivered without sacrificing performance.
The contract will be awarded to a SINGLE provider across the Entire FIVE Forces, who will then become a Strategic Partner to the Regional Forces. In the earliest phase of the contract, the Provider will work with the Forces and other associated Detainee services to deliver the provision of Healthcare services to detainees to offer a regional service delivery that is adaptable enough to “cross cover” areas of high demand without sacrificing performance in another.
In Later phases of the contract the Forces will look to work with the Strategic Partner to better integrate the services they provide, with those provided by the Liaison & Diversion, Substance Misuse Agencies, Mental Health and other connected service teams (incl VCSE’s) that provide services to People who find themselves within or at risk of becoming part of the wider judicial System.
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: £110,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 October 2022
End date
30 September 2032
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
4.1.1 In Order to allow the contract to evolve both operationally and financially throughout its lifetime, it is essential that the South West Forces determine where they wish the service to be in the future.
4.1.2 The Customers are looking to utilise a “Bi-Modal Supply Chain ” approach that will, over the coming years allow the Chosen bidder to work concurrently to move the current approach to Custody Healthcare from its current reactive methodology, to a Proactive “End to End” detainee focussed model that vastly improves the onward referral process for relevant detainees.
4.1.3 The Customers would like the opportunity, as part of this arrangement, to work jointly with the Custody healthcare service provider, Liaison & Diversion and other Custody Related Service Providers to develop and achieve a greater integration and collaboration of Custody Related services as a whole through a new collaborative and integrated approach to the delivery of health and social support services within custody suites and the initial period after leaving Police custody.
The principles of the new approach will be to:
4.1.3.1 Enable the detainee to only have to tell their story once and reduce multiple hand-offs to different organisations.
4.1.3.2 Have a single approach to understanding the circumstances and needs of the detainee that are driving their criminal behaviour.
4.1.3.3 Ensure the detainee is able to participate effectively in the criminal justice process.
4.1.3.4 Proactively provide individualised, and relevant, initial information and support to each detainee.
4.1.3.5 Plan, Coordinate and Maintain the short term support (after leaving custody) required to start to meet identified needs.
4.1.3.6 Support the detainee to access, and engage with, other appropriate community based services in a planned and joined up way
4.1.3.7 Ensure the detainee engages with the services provided by statutory agencies, including GP registration, housing support and benefits advice
4.1.3.8 Work with other support providers and commissioners to reduce barriers to effective interventions and support.
4.1.3.9 Facilitate and improve the sharing of information across health, social and criminal justice pathways
4.1.3.10 Proactively reduce re-offending and / or escalation of offending behaviours and breaking the Cycle of Criminality
4.1.4 For the avoidance of doubt, the community and statutory services that the provider will be required to link in and collaborate with include (but are not limited to):
4.1.4.1 Mental health services
4.1.4.2 Mental wellbeing services
4.1.4.3 Drug and alcohol services
4.1.4.4 Housing services
4.1.4.5 “Characteristic specific” services, for example Women’s Services
4.1.4.6 Finance and benefits services
4.1.4.7 Education, training and employment services
4.1.4.8 Primary care service, including GP’s, pharmacists, opticians and dentists
4.1.5 It should also be clearly noted that in the event that during the life of Contract the Forensic Service Regulator (FSR) requires achievement and maintenance of accreditation with its standards via a designated Legal Entity then the Customer will reserve the right to require the providers of Custody Healthcare to become the Legal Entity for this purpose. Forces will cover the Costs of doing so (on an open book accounting approach) via a contract variation if this is to be the Case
OPERATIONALLY - work collaboratively with the Police, PCCs, L&D and other related services to gain greater integration and collaboration of the Custody Healthcare service with associated partner services that the service users (i.e. Detainees) may utilise. The desire behind this is to take the contract from being a “Reactive Treatment” service to a Full “End-to-End” service that collaboratively transitions the relevant detainees into partner services to try to proactively break the cycle of criminality.
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
The Forces would like the opportunity, to work jointly with the healthcare provider, L&D and other Related Service Providers to develop and achieve a greater integration and collaboration of related services as a whole through a new collaborative and integrated approach to the delivery of health and social support services within custody suites and the initial period after leaving Police custody.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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 detailed in the tender documentation
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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.2.2) Time limit for receipt of tenders or requests to participate
Date
14 January 2022
Local time
5:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
14 January 2022
Local time
5:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
The High Court of Justice
Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
CEDR
London
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
CEDR
London
Country
United Kingdom