Type of document: Contract Notice
Country: United Kingdom
Publication Ref: 000591/S 000-2026
Nature of contract: Service contract
Procedure: Not specified
Regulation of procurement: Not applicable
Type of bid required: Not applicable
UKPGA UK4: Tender Notice
I) Contracting Authority/Entity
I.1) Name and addresses
Official name: West Yorkshire Police
National registration number: PQLT-6495-QHVP
Postal address: PO Box 9, Laburnum Road
Town: Wakefield
Postal code: WF1 3QP
Country: United Kingdom
Email: yb.procurement@westyorkshire.police.uk
I.3) Communication
Tenders or requests to participate must be submitted
Electronically
All Tendering activity for this procurement will be conducted through the Bluelight Electronic Tendering Portal:
In the event of any issues with the Portal at any time before, during or after the Procurement Process, please contact the Portal’s technical support team at:
Phone: +44 (0) 114 407 0065
E-mail: support@in-tend.co.uk
Website:
Suppliers 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.
I.4) Type of the contracting authority
Public authority – sub-central government
II) Object
II.1.1) Title
Healthcare and Forensic Services in Custody (Ref. 049-POL-24)
Reference number: 049-POL-24
II.1.3) Type of contract
Services
Special regime
LightTouch
II.1.4) Short 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.
II.1.7) Total value of the procurement
Value (including VAT)
47,110,068
Value (excluding VAT)
39,258,390
Currency
GBP
II.2) Description
II.2.1) Title
Contract/Lot No
1
II.2.2) CPV codes
Main CPV code
85100000
II.2.3) Place of performance
NUTS code
UKE4 – West Yorkshire
II.2.5) Award Criteria
Quality
Name: Award Criteria
Weighting: 60
Quality
Name: Social Value
Weighting: 10
Price
Name: Price
Weighting: 30
II.2.6) Estimated Value
Value (excluding VAT)
39,258,390
Currency
GBP
II.2.7) Contract dates (estimated)
Start
2026-09-27 00:00
End
2031-09-30 23:59
Duration
5 years 4 days
Possible extension
2036-09-30 23:59
Extended duration
10 years 4 days
This contract is subject to renewal
Yes
Description of renewals
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.
III) Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.3) Technical and professional ability
Additional technical selection criteria
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.
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
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.
The 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.
Invoices should be issued to the Authority by email to: Invoices.Only@westyorkshire.police.uk
Credit Notes relating to applied Service Credits shall be deducted from future payments at the earliest opportunity.
IV) Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive flexible procedure
IV.1.10) Identification of the national rules applicable to the procedure
Information about national procedures is available at
The CFP will be conducted in three stages:
Stage 1 – Initial Tender Stage
Stage 2 – Negotiation and Final Tender (BAFO) Stage
Stage 3 – Preferred Supplier Stage
The Authority will assess initial tenders at Stage One by applying the Conditions of Participation and Award Criteria to the Tenders received.
The 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.
Likewise, 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.
Stage 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.
During 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.
Following conclusion of the negotiation period the Suppliers will be invited to submit their Final Tenders (“BAFO”).
The Authority will determine the Most Advantageous Tender (“MAT”) by applying the Award Criteria to the Final Tenders received.
Stage 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.
IV.2) Administrative information
IV.2.1) Tender period dates
Enquiry deadline
2026-02-03 23:59
Estimated award decision date
2026-05-01 23:59
IV.2.2) Tender submission deadline
2026-02-09 13:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
VI) Complementary information
Link to source/bidding documents
Conflicts assessment prepared/revised
Yes
VI.5) Date of dispatch of this notice
2026-01-06 11:32