← Back to opportunities

Healthcare and Forensic Services in Custody (Ref. 049-POL-24)

West Yorkshire Police

Buyer Contact Info

Buyer Name: West Yorkshire Police

Buyer Address: PO Box 9, Laburnum Road, Wakefield, UKE45, WF1 3QP, United Kingdom

Contact Email: yb.procurement@westyorkshire.police.uk

Status
active
Procedure
open
Value
39258390.0 GBP
Gross: 47110068 GBP
Published
06 Jan 2026, 11:32
Deadline
09 Feb 2026, 13:00
Contract Start
n/a
Contract End
n/a
Category
services
CPV
85100000 - Health services
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

West Yorkshire Combined Authority (WYCA) as the Contracting Authority ("CA") for West Yorkshire Police (WYP) wishes to establish a single Provider Contract for the provision of Healthcare and Forensic Services in Custody. The CA is tendering this requirement in accordance with the Procurement Act 2023, following the Competitive Flexible Procedure. The Supplier is required to deliver a high quality and cost effective service, which meets the healthcare requirements of detainees and assists with the recovery of forensic evidence, whilst working to reduce re-offending. The Supplier must deliver a 24/7/365 embedded service in all Force custody suites, at; - Elland Rd (Leeds DHQ) - Stainbeck (Leeds) - Trafalgar House (Bradford) - Halifax (Calderdale) - Dewsbury (Kirklees) (New station opening 2026) - Havertop (Wakefield DHQ) There is also an Overspill Suite at Pudsey (Leeds) which is occasionally used. Plus the North East Counter Terrorism Unit (CTU) is also based in West Yorkshire. The CA requires one Healthcare Professional (HCP) to be embedded at each of the six custody suites. One additional HCP is required as peripatetic cover, referred to locally as resilience cover, to work across all custody suites providing additional assistance and support as required by fluctuations in demand for service. The peripatetic HCP will initially be based at Trafalgar House Bradford custody suite when not required to provide cover/assistance at any of the other custody suites, however this may change during the term of the Contract. CTU require the initial assessment of TACT detainees to be carried out by an FME. Subsequent assessments, however, can be undertaken by HCPs. There may also be other exceptional occurrences where an FME is deemed necessary to undertake an assessment instead of a HCP. A Pay As You Go (PAYG) model for FME's is required instead of an embedded/on-call FME model included in the annual service cost. The service will be supported by an online booking system for the request of healthcare services, triaging & prioritising the order of calls and allocation of assessments to the correct HCP. The Contract is anticipated to commence 27th September 2026 and expire 30th September 2031, with the provision to extend for a further period, or successive periods, up to 30th September 2036. The estimated value of the Services to be awarded is approximately £3,925,839.00 per annum (exclusive of VAT). Q & A Sessions Following publication of the Tender, the Authority will hold Question and Answer sessions on the 13th and 15th January 2026, via Microsoft Teams, for interested Suppliers. This will provide an opportunity for Suppliers to ask clarification questions. Accurate notes will be taken and shared with the respective Suppliers and an anonymised summary of the key questions/themes raised will be shared publicly via the Bluelight Electronic Tendering Portal. The Q&A sessions will be allocated on a 'first come served basis' and will be capped at forty-five minutes per session. Sessions will be available at 9.00hrs, 10:00hrs, 11:00hrs, 14:00hrs and 15:00hrs on each of the 2 days. Suppliers should email yb.procurement@westyorkshire.police.uk or phone 01924 292024 to request a session.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/000591-2026

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Value: GBP 39,258,390

Lot 1 Value (Gross): GBP 47,110,068

Lot 1 Contract Start: 2026-09-27T00:00:00+01:00

Lot 1 Contract End: 2031-09-30T23:59:59+01:00

Lot 1 Award Criterion (quality): Award Criteria (60%)

Lot 1 Award Criterion (quality): Social Value (10%)

Lot 1 Award Criterion (price): Price (30%)

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PQLT-6495-QHVP",
    "name": "West Yorkshire Police"
  },
  "date": "2026-01-06T11:32:48Z",
  "id": "000591-2026",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-04ebac",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Wakefield",
        "postalCode": "WF1 3QP",
        "region": "UKE45",
        "streetAddress": "PO Box 9, Laburnum Road"
      },
      "contactPoint": {
        "email": "yb.procurement@westyorkshire.police.uk"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ]
      },
      "id": "GB-PPON-PQLT-6495-QHVP",
      "identifier": {
        "id": "PQLT-6495-QHVP",
        "scheme": "GB-PPON"
      },
      "name": "West Yorkshire Police",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2026-05-01T23:59:59+01:00"
    },
    "contractTerms": {
      "financialTerms": "Payment for the service will be made in monthly instalments from the service commencement date (i.e. 27th September 2026) and thereafter in monthly arrears.\nThe Provider shall supply the Authority with an invoice on the service commencement date for the first instalment and will provide an invoice on the first day of each month thereafter. The Authority shall verify all invoices received and shall then pay the Provider within thirty (30) days of receipt of a valid invoice, to which no genuine dispute exists.\nInvoices should be issued to the Authority by email to: Invoices.Only@westyorkshire.police.uk\nCredit Notes relating to applied Service Credits shall be deducted from future payments at the earliest opportunity."
    },
    "description": "West Yorkshire Combined Authority (WYCA) as the Contracting Authority (\"CA\") for West Yorkshire Police (WYP) wishes to establish a single Provider Contract for the provision of Healthcare and Forensic Services in Custody.  The CA is tendering this requirement in accordance with the Procurement Act 2023, following the Competitive Flexible Procedure.\nThe Supplier is required to deliver a high quality and cost effective service, which meets the healthcare requirements of detainees and assists with the recovery of forensic evidence, whilst working to reduce re-offending.\nThe Supplier must deliver a 24/7/365 embedded service in all Force custody suites, at;\n - Elland Rd (Leeds DHQ)\n - Stainbeck (Leeds)\n - Trafalgar House (Bradford)\n - Halifax (Calderdale)\n - Dewsbury (Kirklees) (New station opening 2026)\n - Havertop (Wakefield DHQ)\nThere is also an Overspill Suite at Pudsey (Leeds) which is occasionally used.\nPlus the North East Counter Terrorism Unit (CTU) is also based in West Yorkshire.\nThe CA requires one Healthcare Professional (HCP) to be embedded at each of the six custody suites. One additional HCP is required as peripatetic cover, referred to locally as resilience cover, to work across all custody suites providing additional assistance and support as required by fluctuations in demand for service. The peripatetic HCP will initially be based at Trafalgar House Bradford custody suite when not required to provide cover/assistance at any of the other custody suites, however this may change during the term of the Contract.\nCTU require the initial assessment of TACT detainees to be carried out by an FME.  Subsequent assessments, however, can be undertaken by HCPs.  There may also be other exceptional occurrences where an FME is deemed necessary to undertake an assessment instead of a HCP.  A Pay As You Go (PAYG) model for FME\u0027s is required instead of an embedded/on-call FME model included in the annual service cost.\nThe service will be supported by an online booking system for the request of healthcare services, triaging \u0026 prioritising the order of calls and allocation of assessments to the correct HCP.\nThe Contract is anticipated to commence 27th September 2026 and expire 30th September 2031, with the provision to extend for a further period, or successive periods, up to 30th September 2036.\nThe estimated value of the Services to be awarded is approximately \u00a33,925,839.00 per annum (exclusive of VAT).\nQ \u0026 A Sessions\nFollowing publication of the Tender, the Authority will hold Question and Answer sessions on the 13th and 15th January 2026, via Microsoft Teams, for interested Suppliers.  This will provide an opportunity for Suppliers to ask clarification questions. Accurate notes will be taken and shared with the respective Suppliers and an anonymised summary of the key questions/themes raised will be shared publicly via the Bluelight Electronic Tendering Portal. \nThe Q\u0026A sessions will be allocated on a \u0027first come served basis\u0027 and will be capped at forty-five minutes per session. Sessions will be available at 9.00hrs, 10:00hrs, 11:00hrs, 14:00hrs and 15:00hrs on each of the 2 days.  Suppliers should email yb.procurement@westyorkshire.police.uk or phone 01924 292024 to request a session.",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "datePublished": "2026-01-06T11:32:48Z",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "000591-2026",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/000591-2026"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2026-02-03T23:59:59Z"
    },
    "id": "049-POL-24",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Health services",
            "id": "85100000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKE4"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "Quality has an overall percentage weighting of 60% of the award criteria. \nThere are eleven (11) award criteria applicable to this tender, which will each be assessed out of a maximum of 5 points and weighted in accordance with the following;\nWeighting 1 - Low risk and/or low importance\nWeighting 2 - Medium risk and/or medium importance\nWeighting 3 - High risk and/or high importance\nThe award criteria and associated weightings are as follows;\nQ1 Service delivery - weighting 3\nQ2 Workforce model - weighting 3\nQ3 Staff recruitment, training \u0026 retention - weighting 3\nQ4 Governance - weighting 3\nQ5 Medicines management \u0026 infection control - weighting 3\nQ6 Reducing reoffending - weighting 2\nQ7 Incidents \u0026 complaints - weighting 2\nQ8 Contract management - weighting 2\nQ9 Service transformation - weighting 1\nQ10 Implementation - weighting 3\nQ11 Added value - weighting 1\nThe maximum available score for the quality questions is 130 points.  Quality scores will be added together for each Supplier and the total score will be divided by 130 and multiplied by 60 to give a total quality percentage.\nWhere a Supplier scores less than fifty percent (50%) of the maximum points available for quality (i.e. less than 65 points out of the 130 points available), the Authority reserves the right to reject that Supplier from the Tender Process.",
              "name": "Award Criteria",
              "numbers": [
                {
                  "number": 60,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Suppliers are required to make a commitment against the national TOMs, for the full 5 year initial term of the Contract.  \nFor the purposes of this tender a number of relevant TOMs have been shortlisted for Suppliers to consider when making their 5 year commitment.  Suppliers must provide a commitment against a minimum of seven (7) of the shortlisted TOMS.\nThe commitment proposed by the Supplier will be multiplied against the applicable Proxy Value for each TOM to create a quantifiable social value benefit (\u00a3) to be used as part of the evaluation process.\nThe highest overall (\u00a3) total social value benefit will be awarded the maximum score available for social value (10%) and all other Suppliers will receive a proportion of the available marks relative to the highest overall total.\nSuppliers accompanying method statements, for each TOM proposed, will be scored on a Pass/Fail basis to ensure they are realistic and credible targets (as per the Pass/Fail descriptors in the Information and Instructions document).\nWhere a \u0027Fail\u0027 applies to a Method Statement Response, the Social Value Quantitative Benefit (\u00a3) applied to that TOM will not be included in the Quantitative Social Value Total used for evaluation.",
              "name": "Social Value",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Price will be evaluated on the total cost for the initial 5 year contract term and must include all services as detailed in the Statement of Requirements.  \nThe lowest overall cost will be awarded full marks available for price and all subsequent Tenders will receive a proportion of the available marks based on the lowest overall submission.\nSuppliers are required to complete the Pricing Schedule provided in the Procurement Pack.",
              "name": "Price",
              "numbers": [
                {
                  "number": 30,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2031-09-30T23:59:59+01:00",
          "maxExtentDate": "2036-09-30T23:59:59+01:00",
          "startDate": "2026-09-27T00:00:00+01:00"
        },
        "hasRenewal": true,
        "id": "1",
        "renewal": {
          "description": "The Contract is anticipated to commence 27th September 2026 and expire 30th September 2031, with the provision to extend for a further period, or successive periods, up to 30th September 2036."
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Please refer to the Procurement Pack and specifically Stage One - Tender Stage Instructions and Information Document and Stage One - Tender Response Document for information relating to the required legal \u0026 financial capacity conditions of participation.",
              "type": "economic"
            },
            {
              "description": "Please refer to the Procurement Pack and specifically Stage One - Tender Stage Instructions and Information Document and Stage One - Tender Response Document for information relating the required technical ability conditions of participation.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "value": {
          "amount": 39258390,
          "amountGross": 47110068,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "procedure": {
      "features": "The CFP will be conducted in three stages:\nStage 1 - Initial Tender Stage\nStage 2 - Negotiation and Final Tender (BAFO) Stage\nStage 3 - Preferred Supplier Stage \nThe Authority will assess initial tenders at Stage One by applying the Conditions of Participation and Award Criteria to the Tenders received.\nThe Authority reserves the right to only negotiate with the top three (3) scoring Suppliers following evaluation of the Initial Tenders. However, if the number of Suppliers meeting the Conditions of Participation and specified minimum requirements is fewer than three (3), the Authority may continue to Stage Two by inviting only those Supplier(s) with the required capabilities.\nLikewise, if there is a clear preferred Supplier following the conclusion of assessed Initial Tenders at Stage One then the Authority may elect to proceed immediately to Stage Three - Preferred Supplier Stage on the basis of the Initial Tenders without carrying out any form of negotiation or Best and Final Offer (\"BAFO\") stage.\nStage Two will commence with the Authority issuing an invitation to Suppliers, that have been successfully shortlisted at Stage One, to enter into negotiations.  The negotiation meetings will take place on Tuesday 24th and Wednesday 25th March 2026.  \nDuring the negotiation period the Authority may negotiate the content of Initial Tenders, with the relevant Supplier, in order to improve the content of that Tender. Note the Authority will not negotiate the Minimum Requirements as set out in the Statement of Requirements, the Terms and Conditions of Contract or the Data Processing Contract.\nFollowing conclusion of the negotiation period the Suppliers will be invited to submit their Final Tenders (\"BAFO\"). \nThe Authority will determine the Most Advantageous Tender (\"MAT\") by applying the Award Criteria to the Final Tenders received.\nStage Three allows the Authority to undertake further due diligence on the Preferred Supplier following assessment of final tenders received at Stage Two.  The Preferred Supplier will also be required to provide a demonstration of their online booking/referral system, to allow the Authority to ensure the system meets the requirements as set out in the Statement of Requirements."
    },
    "procurementMethod": "open",
    "procurementMethodDetails": "Competitive flexible procedure",
    "specialRegime": [
      "lightTouch"
    ],
    "status": "active",
    "submissionMethodDetails": "All Tendering activity for this procurement will be conducted through the Bluelight Electronic Tendering Portal: \nhttps://sell2.in-tend.co.uk/blpd/home\nIn the event of any issues with the Portal at any time before, during or after the Procurement Process, please contact the Portal\u0027s technical support team at:\nPhone: +44 (0) 114 407 0065\nE-mail: support@in-tend.co.uk\nWebsite: http://www.in-tend.co.uk\nSuppliers should ensure that an appropriate person is selected as the main point of contact on the Portal. It is also the responsibility of the Supplier to ensure that the key contact details for the organisation are maintained and up to date on the Supplier profile on the Portal. All correspondence will be sent electronically via the Portal to this person.",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "tenderPeriod": {
      "endDate": "2026-02-09T13:00:00Z"
    },
    "title": "Healthcare and Forensic Services in Custody (Ref. 049-POL-24)",
    "value": {
      "amount": 39258390,
      "amountGross": 47110068,
      "currency": "GBP"
    }
  }
}