Healthcare and Forensic Services in Custody (Ref. 049-POL-24)
A Tender Notice
by WEST YORKSHIRE POLICE
- Source
- Find a Tender
- Type
- Contract (Services)
- Duration
- 5 year
- Value
- £39M
- Sector
- HEALTH
- Published
- 06 Jan 2026
- Delivery
- 27 Sep 2026 to 30 Sep 2031
- Deadline
- 09 Feb 2026 13:00
Related Terms
Location
West Yorkshire:
1 buyer
- West Yorkshire Police Wakefield
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
Renewal Options
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.
Award Criteria
| Award Criteria | Quality has an overall percentage weighting of 60% of the award criteria. There 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; Weighting 1 - Low risk and/or low importance Weighting 2 - Medium risk and/or medium importance Weighting 3 - High risk and/or high importance The award criteria and associated weightings are as follows; Q1 Service delivery - weighting 3 Q2 Workforce model - weighting 3 Q3 Staff recruitment, training & retention - weighting 3 Q4 Governance - weighting 3 Q5 Medicines management & infection control - weighting 3 Q6 Reducing reoffending - weighting 2 Q7 Incidents & complaints - weighting 2 Q8 Contract management - weighting 2 Q9 Service transformation - weighting 1 Q10 Implementation - weighting 3 Q11 Added value - weighting 1 The 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. Where 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. |
| Social Value | Suppliers are required to make a commitment against the national TOMs, for the full 5 year initial term of the Contract. For 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. The commitment proposed by the Supplier will be multiplied against the applicable Proxy Value for each TOM to create a quantifiable social value benefit (£) to be used as part of the evaluation process. The highest overall (£) 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. Suppliers 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). Where a 'Fail' applies to a Method Statement Response, the Social Value Quantitative Benefit (£) applied to that TOM will not be included in the Quantitative Social Value Total used for evaluation. |
| Price | 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. The 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. Suppliers are required to complete the Pricing Schedule provided in the Procurement Pack. |
CPV Codes
- 85100000 - Health services
Indicators
- Renewals are available.
Other Information
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. ** PREVIEW NOTICE, please check Find a Tender for full details. **
Reference
- ocds-h6vhtk-04ebac
- FTS 000591-2026