Tender

DURHAM - HEALTHCARE AND FORENSIC SERVICES IN CUSTODY

  • Police And Crime Commissioner For Durham

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-028086

Procurement identifier (OCID): ocds-h6vhtk-04e926

Published 28 May 2025, 11:15am

Last edited 28 May 2025, 1:03pm

Show all versions Hide all versions


Changes to notice

This notice has been edited. The previous version is still available.

Scope

Reference

HW 01

Description

Please ensure that yourselves as the service provider, sign and return the Appendix G NDA prior to submitting your completed questionnaires.

Following the Pre-Market engagement days which were carried out on the 8th & 9th of April 2025, Durham constabulary would now like to commence with the competitive flexible procurement process for this contract detailed above.

As outlined previously, The Customer wishes to establish a single Provider Contract for the provision of Healthcare in Custody for The Police and Crime Commissioner for Durham (DPCC). The Customer is managing this procurement process in accordance with the new Public Procurement Act 2023 and will follow the Competitive Flexible Procedure ("the Regulations").

The Authority reserves the right to issue updated versions (Modifications) of the documents to Suppliers as and when the need arises, in order to reflect the corresponding stage of the Competitive Flexible Procedure, together with any changes to the Procurement or any other new information.

The Authority also reserves the right as reflected in Schedule 8 of the new Procurement Act 2023 following contract award the authority, and the contracted supplier may have a need to make various modifications (unforeseen at this moment) as the contract evolves over the full term of the agreement.

The Authority opted not to split this contract into lots due to the nature of the contract and the services and goods that are required. We believe that this opens ourselves as a Policing Authority and the chosen service provider to unnecessary risk of complications by having various providers involved, consideration has been given to the management and staff time for all parties and the knock-on effect on consistency and continuity of service. This would also influence the governance of such a critical service and potential impact for audits.

Please make sure in order to bid for this Procurement that you are registered on both Sell2 and registered specifically with Durham Constabulary and also please **ENSURE** you are registered on the 'Central Digital Platform' as per the cabinet office guidance as we have provided further notices with the current stages on the Procurement. The links for the areas are below:

Sell 2 link - https://sell2.in-tend.co.uk/blpd/home

Central Digital Platform link - https://signin.account.gov.uk/sign-in-or-create

Thank you for your interest.

Kind Regards,

Durham Constabulary Procurement Team

Total value (estimated)

  • £9,500,000 excluding VAT
  • £11,400,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 April 2026 to 1 April 2030
  • Possible extension to 1 April 2036
  • 10 years, 1 day

Description of possible extension:

This contract will have 3 x 24 Month Optional extensions that can be activated within the life of the contract.

First Extension if activated leads up to 31/03/2032

Second Extension if activated leads up to 31/03/2034

Third Extension if activated leads up to 31/03/2036

Main procurement category

Services

CPV classifications

  • 66162000 - Custody services
  • 85100000 - Health services

Contract locations

  • UKC13 - Darlington
  • UKC14 - Durham CC

Participation

Particular suitability

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Enquiry deadline

23 June 2025, 5:00pm

Submission type

Requests to participate

Deadline for requests to participate

2 July 2025, 1:00pm

Submission address and any special instructions

All documents must be downloaded from our In-Tend portal and all tenders/bids must be submitted via our In-Tend portal as well.

The following link will allow suppliers to register with our Tenant on In-Tend and further details have been provided with the Tender documentation on how to register on this portal and the Central Digital Platform:

https://sell2.in-tend.co.uk/blpd/home

Procedure for submitting responses are as follows:

- All response will be submitted electronically via the sell 2 system https://sell2.in-tend.co.uk/blpd/home and the documents will be uploaded within the placeholders on the system and in the required areas for each stage of the procurement.

- Within the In-Tend/sell 2 system there is a limit to the size of document that can be uploaded and that is up to 2,000mb for total amount per upload.

- Please may we remind all organisations who are submitting a bid of the timescales for submitting a response to this stage details in the above section as responses submitted after the deadline will not be considered unless there are exceptional mitigating circumstances.

- If you have any technical issues whilst attempting to use the In-Tend Provider portal or indeed the sell 2 portal then please send in an email to the following details and assistance will be provided: support@in-tend.co.uk

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

13 September 2025

Recurring procurement

Publication date of next tender notice (estimated): 2 May 2035


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Quality Quality 60%
Social Value Quality 20%
Price Price 20%

Other information

Description of risks to contract performance

1. Known Risk

Due to the volatility of the international economic global economy including (but not limited to) the trade tariffs imposed by the United States and China in 2025, there is a risk that the supply chain of goods including medicines and consumables into the United Kingdom could be affected resulting in scarcity of supply and additional or increased costs for the goods. The materialisation of this risk would need to be demonstrated to the Authority by clear evidence of the impact of the global economy on the supply chain and costs of goods to be provided under the Contract as detailed in the Specification. The Authority, acting reasonably, will determine whether they are satisfied with the evidence prior to any modification of the Contract.

2. Known Risk

Potential impact of future changes in UK government policies or other unforeseen events outside the control of the Supplier, that may adversely affect the supply of skilled staff required under the Contract to deliver the Services. The materialisation of this risk would need to be demonstrated to the Authority by clear evidence and it would be for the Authority, acting reasonably, to determine whether they were satisfied with the evidence prior to any modification of the Contract.

3. Known Risk

Risk of emerging cyber threats leading to the Authority to ask the Supplier to make changes to any software system the Supplier operates and uses, to protect the security of personal data.

4. Known Risk

The Authority anticipates that it will be using a new software system within the Custody Suites from approximately 2027 and whilst this is not expected to have any impact upon the Supplier, notes it as a potential risk.

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

We are following the Competitive Flexible Procedure in adherence with the Procurement Act 2023.

This Tender notice will commence the start of the first stage of the process (PSQ/ITP Stage) where we will request for organisations to participate.

Following this there will be another stage published which will be the Tender Stage of the process.

The full detailed step by step of the process will be detailed in the Tender documents that will be released following expressions of interest in our In-Tend portal.


Contracting authority

Police And Crime Commissioner For Durham

  • Public Procurement Organisation Number: PMZV-7732-XXTT

Police Headquarters, Aykley Heads

Durham

DH1 5TT

United Kingdom

Region: UKC14 - Durham CC

Organisation type: Public authority - sub-central government