ACRO Criminal Records Office (ACRO) is a national police unit governed by the National Police Chief's Council (NPCC) and hosted by Hampshire Constabulary, working for safer communities and leading in criminal record exchange both nationally and internationally.
We provide a range of services that deliver operational benefits to law enforcement and public protection organisations. We also deliver bespoke certificate processes to the general public to support immigration and work visa processes.
ACRO are seeking suitable providers to deliver Case Management solutions to a number of core business functions within ACRO. This specification outlines requirements with the aim to innovate and streamline existing business processes, to deliver continuous improvement and efficiencies, as well as providing opportunities for growth to deliver new products and services.
The Victim Code sets out how victims of crime should be treated and what advice, support and practical information is available to them. In order to meet the strict updated demands of the Victims Code, it is necessary that a more robust and flexible Case Management System (CMS) is required to allow non-consent based referrals, as well as the opportunity to work dynamically with approved partners. Without a non-consent option, we are at risk of not adhering to the new legislation and risk victims not receiving critical support.
By way of an Automatic Data Transfer (ADT), the Victims First Hub (VFH) provides the front door into victim services for TVP under a consent model. This requires Thames Valley Police (TVP) officers and staff to ask victims if they would like support, then to go onto NICHE and trigger a referral to the VFH. Under the Victim's Code, all victims have a right to be referred to a support service. Therefore, there is a need to move to a non-consent-based model.
Grounds Maintenance Services to Thames Valley Police Operational Sites and Residential Properties Force
The Contractor shall carry out Grounds Maintenance works to police stations, VRI suites (formerly Family Protection Units), empty Police houses, Beat and Police Offices, Single Quarters and Radio Mast sites within the locations as specified.
The Contractor is to provide the correct machinery/equipment/transport to undertake the specified works at the required frequencies.
PIP2 Training Delivery Partner Investigative Supervisor & Management Development Programme (ISMDP)
Contract award notice only - requirement for the outsourced delivery of the newly introduced PIP 2 Investigative Supervisor and Manager Training (ISMDP), (replacing the Investigative Supervisor Development Programme (ISDP) and The Management of Serious Crime Investigations Development Programme (MSCIDP). This is newly introduced by the College of Policing and sets out the national curriculum and associated national minimum learning standards for supervisors and managers of investigatory teams (Detective Sergeants, Detective Inspectors and Detective Chief Inspectors).
Additional information: Initial 2 year contract awarded to 2025 with the potential for an additional 2 year extension to 2027 dependant on supplier performance and ongoing operational need.
TVP00700 - Thames Valley Police - Public Space CCTV
Thames Valley Police (TVP) is seeking to replace the existing Public Spaces CCTV estate across Milton Keynes (MK) and Slough Council, a service that is critical to the proactive and reactive monitoring of public spaces within these areas for the purpose of the prevention and detection of crime. Key elements of the current CCTV infrastructure are ageing and are reaching end of life. The exercise will upgrade legacy equipment over a number of years to a full IP based system whilst optimising the performance of any remaining equipment.
Further Competition led by Thames Valley Police ("the Authority"), a requirement for suitably qualified, capable, experienced and resourced service providers to deliver a range of legal services.
The requirement further described within the Specification
Sub Lot 1 - Employment
Sub Lot 2 - Property
The Terms and Conditions of Contract is the Framework Agreement issued by NHSCS Framework Number 5324-4903, Framework Lot Core Services together with the Authority's specification and KPIs .
This will be an initial 2 year contract to 2026 with 3 x 12 month extensions available (2+1+1+1), to 2027, 2028 and ultimately 2029.
Additional information: Notification of award via framework mini comp, no documentation, no action required.
This will be an initial 2 year contract to 2026 with 3 x 12 month extensions available (2+1+1+1), to 2027, 2028 and ultimately 2029.
Further Competition led by Thames Valley Police ("the Authority"), a requirement for suitably qualified, capable, experienced and resourced service providers to deliver a range of legal services.
The requirement further described within the Specification
Sub Lot 1 - Employment
Sub Lot 2 - Property
The Terms and Conditions of Contract is the Framework Agreement issued by NHSCS Framework Number 5324-4903, Framework Lot Core Services together with the Authority's specification and KPIs .
This will be an initial 2 year contract to 2026 with 3 x 12 month extensions available (2+1+1+1), to 2027, 2028 and ultimately 2029.
Additional information: Notification of award via framework mini comp, no documentation, no action required.
This will be an initial 2 year contract to 2026 with 3 x 12 month extensions available (2+1+1+1), to 2027, 2028 and ultimately 2029.
Supply of Industrial, Medical and Scientific Gases and Associated Products
No action required - Notification of Contract call off award;
Call off from YPO 989 framework for the Supply of Industrial, Medical and Scientific Gases and Associated Products for First Aid, Custody, Roads Policing and Transport Workshops
This is a re-awarded contract to the incumbent provider as per the VEAT notice 2023/S 000-022091 published 31st July 2023 commencing 1st June 2024 to 31st May 2025. Provision of fully qualified Healthcare Professionals (HCPs) to the Custody Suites in the Thames Valley Police area to assess, treat & signpost Detainees to ensure fitness for detention/charging & needs to fully integrate with NHS, Social Care & Voluntary Sector providers of health & social support.
Additional information: No related documentation.
Higher Education Institution Procurement for Police Constable Entry Route - AWARD
This Invitation to Tender ("ITT") has been issued by Thames Valley Police who are seeking to award a Contract for the provision of the Police Constable Entry Routes. This procurement will be conducted in accordance with the open procedure under Public Contracts Regulations 2015 ("the Regulations")
The provision of fully qualified, trained & competent Healthcare Professionals embedded 24/7/365(6) in the 6 main Custody Suites in the TVP area to assess, treat & signpost Detained Persons (DPs) to ensure fitness for detention, interview, charging, release, with full live Clinical Oversight & consideration of a multi skilled workforce to assist across the Force & in particular the South of the Force. (Note; there is additional pressure in Loddon Valley & Maidenhead that may require additional support). The service needs to be reactive to short notice operational needs as well as proactive to longer term strategies. The ever evolving operational & custody requirements need to fully integrate with NHS (L&D), Social Care & Voluntary Sector providers of health & social support, creating & managing interconnected relationships & pathways with a view to reducing the 'revolving door' effect around the reasons for committing crimes. This will be in conjunction with regular reporting & the subsequent meeting of a number of stringent key performance indicators. Interactive training scenarios involving the Authority &/or other organisations will be welcomed as will insights into industry related technological advances.
The Police custody suites are located;
Berkshire (Maidenhead & Reading) Buckinghamshire (Aylesbury & Milton Keynes)
Oxfordshire (Abingdon & Banbury) Newbury (Berks) - Retained for Operational Contingency
High Wycombe (Bucks) - Retained for Operational Contingency. The services within scope, including PACE compliant core Custodial Healthcare provision, primarily, Custody DP Healthcare management, the provision of medical & forensic examinations, treatment for minor medical injuries, fitness assessments prior to interview, charging, bailing, court appearance &/or release, live clinical oversight, crisis support, management of substance misuse & onward referral services for people who have been DPs.
In addition, but not limited to, the core provision; a) Holistic Healthcare Services; (General Healthcare prior to & following any forensic work) b) Forensic sampling following a healthcare assessment relevant for that purpose c) Call Centre, email & video call facilities (or other mutually agreed contact mechanisms) through which the Authority can ask for forensic medical & healthcare services. This re-tendering exercise aims to increase equity of access & ensure a consistent, resilient & high standard of quality care to DPs.
The service will delivered in line with current national standards, guidance, based on NHSE specification & best practice, & at the same time meet the local needs of each Custody Suite/Force area, planned & Ad hoc operational requirements. The Provider will ensure that the service is delivered in an age-appropriate way for children, adults & vulnerable persons; all staff must meet the skills & competences commensurate with the role they are performing. The service should consider PACE, Safeguarding, su...
This is notice of direct award via BlueLight Commercial framework BLC087; BLC has awarded a National Framework for the provision of Crime Scene Consumables (CSC) following the completion of a competitive process. This Framework is to replace the National Scene of Crime Consumables Framework (NSOCC) which has now expired.
The CSC Framework goes live on 01 October 2024 (please note that Lot 6 - Subject DNA Sampling Kits does not go live until 03 February 2025).
The CSC Framework will expire on 30 September 2028.
The CSC Framework is made up of 10 Lots, as follows:
Lot Title
Lot 1 Packaging, General
Lot 2 Personal Protective Equipment (PPE)
Lot 3 Impression Material
Lot 4 Scene Preservation
Lot 5 Medical Consumables
Lot 6 Subject DNA Sampling Kits
Lot 7 Chemicals
Lot 8 Fingerprint Powders
Lot 9 Forensic Evidential Kits & Forensic DNA Grade Consumables
Lot 10 Packaging, Printed & EtO
Additional information: This a notice of direct award to the only supplier on BLC087 framework for information only.