Notice Information
Notice Title
Healthcare and Forensic Services in Custody (Ref. 049-POL-24)
Notice 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 PS3,925,839.00 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.
Lot Information
Lot 1
Renewal: 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.
Planning Information
A previous round of market engagement took place earlier this year, in March 2025, on behalf of West Yorkshire Police, South Yorkshire Police and Humberside Police for the current regional Healthcare and Forensic Services in Custody contract. The decision has now been ratified that West Yorkshire Police (WYP) will undertake a standalone procurement for a single force contract. Note. South Yorkshire Police and Humberside Police will proceed on a collaborative basis for a new joint contract. The current regional contract expires 26th September 2026 and planning work has commenced on the new contract delivery model and service specification. As a result of this planning activity we wish to test our assumptions with the market and therefore invite you to participate in this second round of market engagement, on behalf of WYP only. In order to assist WYP in developing the re-procurement of our service we would appreciate responses to this PME from interested parties. You should request a copy of the preliminary market engagement document by email to: yb.procurement@westyorkshire.police.uk. Please note the deadline for the engagement is by COB Friday 17th October 2025.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04ebac
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/011299-2026
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
85 - Health and social work services
-
- CPV Codes
85100000 - Health services
Notice Value(s)
- Tender Value
- £39,258,390 £10M-£100M
- Lots Value
- £39,258,390 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 9 Feb 2026Today
- Submission Deadline
- 25 Feb 20263 weeks to go
- Future Notice Date
- 6 Jan 2026Expired
- Award Date
- Not specified
- Contract Period
- 26 Sep 2026 - 30 Sep 2031 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- WEST YORKSHIRE POLICE
- Contact Name
- Not specified
- Contact Email
- yb.procurement@westyorkshire.police.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- WAKEFIELD
- Postcode
- WF1 3QP
- Post Town
- Wakefield
- Country
- England
-
- Major Region (ITL 1)
- TLE Yorkshire and The Humber
- Basic Region (ITL 2)
- TLE4 West Yorkshire
- Small Region (ITL 3)
- TLE45 Wakefield
- Delivery Location
- TLE1 East Yorkshire and Northern Lincolnshire, TLE3 South Yorkshire, TLE4 West Yorkshire
-
- Local Authority
- Wakefield
- Electoral Ward
- Wakefield North
- Westminster Constituency
- Wakefield and Rothwell
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/011299-2026
9th February 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/000591-2026
6th January 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/076867-2025
25th November 2025 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/064764-2025
13th October 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/008786-2025
11th March 2025 - Preliminary market engagement notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-04ebac-2026-02-09T11:23:32Z",
"date": "2026-02-09T11:23:32Z",
"ocid": "ocds-h6vhtk-04ebac",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PQLT-6495-QHVP",
"name": "West Yorkshire Police",
"identifier": {
"scheme": "GB-PPON",
"id": "PQLT-6495-QHVP"
},
"address": {
"streetAddress": "PO Box 9, Laburnum Road",
"locality": "Wakefield",
"postalCode": "WF1 3QP",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKE45"
},
"contactPoint": {
"email": "yb.procurement@westyorkshire.police.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PQLT-6495-QHVP",
"name": "West Yorkshire Police"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "A previous round of market engagement took place earlier this year, in March 2025, on behalf of West Yorkshire Police, South Yorkshire Police and Humberside Police for the current regional Healthcare and Forensic Services in Custody contract. The decision has now been ratified that West Yorkshire Police (WYP) will undertake a standalone procurement for a single force contract. Note. South Yorkshire Police and Humberside Police will proceed on a collaborative basis for a new joint contract. The current regional contract expires 26th September 2026 and planning work has commenced on the new contract delivery model and service specification. As a result of this planning activity we wish to test our assumptions with the market and therefore invite you to participate in this second round of market engagement, on behalf of WYP only. In order to assist WYP in developing the re-procurement of our service we would appreciate responses to this PME from interested parties. You should request a copy of the preliminary market engagement document by email to: yb.procurement@westyorkshire.police.uk. Please note the deadline for the engagement is by COB Friday 17th October 2025.",
"dueDate": "2025-10-17T23:59:59+01:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "008786-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/008786-2025",
"datePublished": "2025-03-11T15:17:00Z",
"format": "text/html"
},
{
"id": "064764-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/064764-2025",
"datePublished": "2025-10-13T13:46:09+01:00",
"format": "text/html"
},
{
"id": "076867-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/076867-2025",
"datePublished": "2025-11-25T13:31:23Z",
"format": "text/html"
}
]
},
"tender": {
"id": "049-POL-24",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Healthcare and Forensic Services in Custody (Ref. 049-POL-24)",
"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 PS3,925,839.00 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.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85100000",
"description": "Health services"
}
],
"deliveryAddresses": [
{
"region": "UKE1",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKE3",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKE4",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKE4",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKE4",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKE4",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKE4",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 47110068,
"currency": "GBP",
"amount": 39258390
},
"mainProcurementCategory": "services",
"specialRegime": [
"lightTouch"
],
"aboveThreshold": true,
"lots": [
{
"id": "1",
"contractPeriod": {
"startDate": "2026-09-27T00:00:00+01:00",
"endDate": "2031-09-30T23:59:59+01:00",
"maxExtentDate": "2036-09-30T23:59:59+01:00"
},
"status": "active",
"suitability": {
"sme": true
},
"hasRenewal": true,
"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."
},
"value": {
"amountGross": 47110068,
"amount": 39258390,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Award Criteria",
"description": "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.",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"description": "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 (PS) to be used as part of the evaluation process. The highest overall (PS) 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 (PS) applied to that TOM will not be included in the Quantitative Social Value Total used for evaluation.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"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. 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.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Award Criteria",
"description": "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.",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"description": "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 (PS) to be used as part of the evaluation process. The highest overall (PS) 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 (PS) applied to that TOM will not be included in the Quantitative Social Value Total used for evaluation.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"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. 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.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"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 to the required legal & financial capacity conditions of participation."
},
{
"type": "technical",
"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": "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 to the required legal & financial capacity conditions of participation."
},
{
"type": "technical",
"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."
}
]
}
}
],
"communication": {
"futureNoticeDate": "2026-01-06T23:59:59Z"
},
"status": "active",
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "The CFP will be conducted in two stages: Stage 1 - Initial Tender Stage Stage 2 - Preferred Supplier Stage The Authority will assess tenders at Stage One, by applying the Conditions of Participation and Award Criteria to the Tenders received, to determine the Most Advantageous Tender (\"MAT\"). Stage Two allows the Authority to undertake further due diligence on the Preferred Supplier following assessment of final tenders received at Stage One. 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."
},
"submissionMethodDetails": "All Tendering activity for this procurement will be conducted through the Bluelight Electronic Tendering Portal: https://sell2.in-tend.co.uk/blpd/home 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: http://www.in-tend.co.uk 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.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-02-25T13:00:00Z"
},
"enquiryPeriod": {
"endDate": "2026-02-16T23:59:00Z"
},
"awardPeriod": {
"endDate": "2026-05-01T23:59:59+01:00"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "000591-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/000591-2026",
"datePublished": "2026-01-06T11:32:48Z",
"format": "text/html"
},
{
"id": "011299-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/011299-2026",
"datePublished": "2026-02-09T11:23:32Z",
"format": "text/html"
}
],
"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. 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."
},
"amendments": [
{
"id": "011299-2026",
"description": "The Tender Notice has been amended to; - reflect the change from a three stage CFP to a two stage CFP, and - update the supplier enquiry deadline and tender submission deadline. These changes have been made in response to ongoing issues regarding the TUPE information provided and the requirement to ensure the Contract Commencement date can be achieved."
}
]
},
"language": "en"
}