United Kingdom7 days leftOpen

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

Tender Overview

ORGANIZATION

West Yorkshire Police

LOCATION

West Yorkshire, United Kingdom

VALUE

£47,110,068

DEADLINE

February 09, 2026 at 13:00

CATEGORY

Other

CPV CODE

85100000

REFERENCE

000591-2026

Project Timeline

Contact Information

View Original

Original 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.
⚠️

MANDATORY EXCLUSION GROUNDS

  • No specific mandatory exclusion grounds are explicitly detailed in the provided tender notice. Bidders are expected to comply with standard UK procurement regulations, including those under the Procurement Act 2023, which typically include grounds such as criminal convictions, bankruptcy, or grave professional misconduct.

ELIGIBILITY REQUIREMENTS

  • No specific eligibility requirements (e.g., company registration, specific certifications, economic and financial standing criteria) are explicitly detailed in the provided tender notice. Bidders are expected to comply with standard UK procurement regulations.
🔧

TECHNICAL CAPABILITY REQUIREMENTS

  • Deliver a high quality and cost-effective Healthcare and Forensic Services in Custody.
  • Meet the healthcare requirements of detainees.
  • Assist with the recovery of forensic evidence.
  • Work to reduce re-offending.
  • Deliver a 24/7/365 embedded service.
  • Provide services in all Force custody suites at Elland Rd (Leeds DHQ), Stainbeck (Leeds), Trafalgar House (Bradford), Halifax (Calderdale), Dewsbury (Kirklees – new station opening 2026), and Havertop (Wakefield DHQ).
  • Provide services at the Overspill Suite at Pudsey (Leeds) when occasionally used.
  • Provide services for the North East Counter Terrorism Unit (CTU) based in West Yorkshire.
  • Embed one Healthcare Professional (HCP) at each of the six main custody suites.
  • Provide one additional peripatetic/resilience HCP to work across all custody suites for additional assistance and support due to demand fluctuations.
  • Ensure the peripatetic HCP is initially based at Trafalgar House Bradford custody suite when not providing cover elsewhere (subject to change).
  • Utilise a Pay As You Go (PAYG) model for Forensic Medical Examiners (FMEs), not an embedded/on-call model included in the annual service cost.
  • Ensure FMEs carry out initial assessments of TACT detainees.
  • Ensure FMEs are available for other exceptional occurrences where deemed necessary for assessment instead of an HCP.
  • Support the service with an online booking system for requesting healthcare services.
  • Ensure the online booking system facilitates triaging and prioritising the order of calls.
  • Ensure the online booking system facilitates allocation of assessments to the correct HCP.
  • Operate as a single Provider Contract.
  • Deliver services in accordance with the Procurement Act 2023, following the Competitive Flexible Procedure.
💰

FINANCIAL REQUIREMENTS

  • Deliver a cost-effective service.
  • Propose pricing based on an estimated annual value of approximately £3,925,839.00 (exclusive of VAT).
  • Implement a Pay As You Go (PAYG) model for Forensic Medical Examiners (FMEs), separate from the annual service cost.
📋

SUBMISSION REQUIREMENTS

  • Submit bids by the Submission Deadline: 2026-02-09 13:00:00.
  • Suppliers interested in Q&A sessions must email yb.procurement@westyorkshire.police.uk or phone 01924 292024 to request a session.
  • Attend Q&A sessions on 13th and 15th January 2026 via Microsoft Teams if clarification is needed.
  • Adhere to a 45-minute cap for Q&A sessions, allocated on a 'first come served basis'.
  • Monitor the Bluelight Electronic Tendering Portal for an anonymised summary of key Q&A themes.

Requirements Preview

Sign up to view complete requirements and analysis

AI-powered requirement analysis
Complete compliance breakdown
Strategic bidding insights
Instant eligibility check

No credit card required • Setup in 2 minutes

PDF
Official PDF Version
PDF000591-2026_official.pdf
Summary:
This document is a tender notice from West Yorkshire Police for a single provider contract to deliver 24/7/365 embedded healthcare and forensic services in six custody suites across West Yorkshire, including a PAYG FME model, with an estimated annual value of £3.9M, commencing September 2026.

Documents Preview

Sign up to view document summaries and analysis

AI document summaries
Key requirement extraction
Risk & compliance alerts
Strategic document insights

No credit card required • Setup in 2 minutes

67
Good

Tender Quality Score

This tender outlines a significant service requirement for healthcare and forensic services in custody. However, the provided information is severely incomplete, lacking essential tender documents, detailed eligibility/exclusion criteria, and evaluation methodology, which critically hinders a comprehensive assessment and fair competition.

Score Breakdown

Legal Compliance100/100

The tender states adherence to the Procurement Act 2023 and Competitive Flexible Procedure. However, the absence of specific mandatory exclusion grounds and eligibility requirements, beyond a general reference to 'standard UK procurement regulations,' prevents a thorough assessment of compliance. The lack of actual tender documents is a major impediment to verifying legal adherence.

No specific mandatory exclusion grounds detailed.
No specific eligibility requirements detailed (e.g., company registration, certifications, financial standing).
Clarity40/100

The description of the service scope, locations, and staffing model (embedded HCPs, peripatetic HCP, PAYG FMEs) is relatively clear within the provided text. However, the absence of full tender documents means crucial details regarding service level agreements, performance indicators, and contractual terms are missing, leading to an overall lack of clarity for potential bidders.

Lack of detailed service level agreements (SLAs) and performance indicators.
Absence of full tender documents means contractual terms and conditions are unclear.
Completeness83/100

This is the most significant weakness. The tender information is critically incomplete. Essential documents such as detailed specifications, terms and conditions, evaluation criteria, and submission instructions are entirely missing. The 'EXTRACTED REQUIREMENTS' section provides only a high-level overview, not comprehensive specifications.

Complete absence of tender documents ('DOCUMENTS (0 total)').
Missing detailed tender specifications.
Fairness60/100

The lack of detailed eligibility, exclusion, and evaluation criteria, combined with the absence of full tender documents, creates a significant risk to fairness and transparency. Without clear rules, bidders cannot prepare competitive offers, and the contracting authority's assessment process lacks objectivity. While operational requirements are specific, they do not inherently suggest tailoring to a specific company without further context from complete documentation.

Absence of explicit evaluation criteria compromises transparency and fairness.
Lack of detailed eligibility and exclusion criteria creates uncertainty for bidders.
Practicality40/100

The operational requirements (24/7/365 embedded service, specific staffing model across multiple sites, PAYG FME) are demanding but appear practical for a service of this nature and scale. However, the absence of full tender documents makes it impossible to assess the practicality of the submission process, required documentation, or the overall management of the contract.

Impossibility to assess the practicality of the bidding process due to missing documents.
Lack of clarity on reporting, contract management, and performance monitoring mechanisms.
Data Consistency100/100

Within the provided tender snippet, the information appears consistent. The description aligns with the extracted requirements.

Sustainability0/100

The tender notice does not mention any green procurement, social criteria, or innovation focus. This represents a missed opportunity for a contract of this value and duration to incorporate broader public value objectives.

No mention of environmental sustainability criteria.
No mention of social criteria (e.g., local employment, ethical supply chains).

Strengths

Clear identification of the contracting authority, service title, and reference.
Detailed description of the service scope, including specific locations and staffing model.
Significant estimated value and contract duration indicate a substantial opportunity.
Explicit mention of the governing legislation (Procurement Act 2023).
Requirement for a 24/7/365 embedded service ensures continuous provision.

Concerns

Complete absence of essential tender documents, making a proper bid impossible.
Missing detailed evaluation criteria, leading to a lack of transparency and fairness.
Undefined specific eligibility and mandatory exclusion criteria for bidders.
Lack of social, environmental, and innovation criteria, missing opportunities for broader public value.
Missing NUTS code, which can impact regional analysis and reporting.

Recommendations

1. Immediately publish all essential tender documents, including detailed specifications, terms and conditions, evaluation criteria, and submission instructions.
2. Clearly define and publish specific mandatory exclusion grounds and eligibility requirements (e.g., financial standing, professional registrations, experience).
3. Integrate social, environmental, and innovation criteria into the tender to maximize public value and align with modern procurement best practices.

AI Scoring Preview

Sign up to view complete requirements and analysis

Complete quality score analysis
Detailed sub-score breakdown
Strengths & concerns insights
Strategic recommendations

No credit card required • Setup in 2 minutes

Generate DocumentsReview Documents
B
Tender Quality Score
67/ 100 · Good

Tender Assistant

Ask me anything about this tender

Tender Assistant

Hello! I'm your AI assistant for this tender. I can help you understand requirements, deadlines, eligibility criteria, and provide strategic insights.

What are the main requirements?
When is the deadline?
Who is eligible to bid?

No credit card required

Setup in 2 minutes

Save with Notes