Tender

HEA24051 Worcestershire Substance Use (Grant Funded) Services: Lot 1: Harm Reduction Outreach Service, Lot 2: Recovery and Aftercare Service

  • Worcestershire County Council

F02: Contract notice

Notice identifier: 2025/S 000-004002

Procurement identifier (OCID): ocds-h6vhtk-04dc4c

Published 6 February 2025, 3:23pm



Section one: Contracting authority

one.1) Name and addresses

Worcestershire County Council

County Hall

WORCESTER

WR52NP

Contact

Bethany Wilkinson

Email

bwilkinson1@worcestershire.gov.uk

Telephone

+44 1905845912

Country

United Kingdom

Region code

UKG12 - Worcestershire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.worcestershire.gov.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.in-tendhost.co.uk/worcestershire/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.in-tendhost.co.uk/worcestershire/aspx/Home

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

HEA24051 Worcestershire Substance Use (Grant Funded) Services: Lot 1: Harm Reduction Outreach Service, Lot 2: Recovery and Aftercare Service

two.1.2) Main CPV code

  • 85312500 - Rehabilitation services

two.1.3) Type of contract

Services

two.1.4) Short description

In December 2021, the government published a 10-year drugs plan, 'From Harm to Hope', which committed to additional funding in England up to 2025. This funding has been extended for 2025-26 under the Drug and Alcohol Treatment and Recovery Improvement Grant (DATRIG).

Worcestershire County Council ("the Council") intend to deliver a number of initiatives across the county that support and enhance substance misuse services using their allocated DATRIG funding. Two of the key priorities for this funding will be Harm Reduction Outreach and Recovery and Aftercare. This tender opportunity will therefore be split into two lots:

 Lot 1: Harm Reduction Outreach Service - To prevent deaths and reduce harm caused by substance misuse in Worcestershire

 Lot 2: Recovery and Aftercare Service - To support adults (18 or over) to sustain abstinence or reduced drug/alcohol use in a non-treatment setting by enabling people to gain a sense of control over the challenges they face and the services they receive and helping people to find opportunities to be active and contributing members of society.

Contract duration for both lots: 01 April 2025 - 31 March 2026. Further extension will be subject to availability of grant funding.

The competitive process will be run in accordance with Regulation 11 of the Health Care Services (Provider Selection Regime) Regulations 2023 ("the Regulations").

two.1.5) Estimated total value

Value excluding VAT: £430,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lot 1: Harm Reduction Outreach Service - £130,000 p.aLot 2: Recovery and Aftercare Service - £300,000 p.a

two.2) Description

two.2.1) Title

Harm Reduction Outreach Service

Lot No

1

two.2.2) Additional CPV code(s)

  • 85312500 - Rehabilitation services

two.2.3) Place of performance

NUTS codes
  • UKG12 - Worcestershire

two.2.4) Description of the procurement

To prevent deaths and reduce harm caused by substance misuse in Worcestershire.

two.2.5) Award criteria

Quality criterion - Name: Quality and Innovation / Weighting: 35%

Quality criterion - Name: Value / Weighting: 20%

Quality criterion - Name: Integration, collaboration and service sustainability / Weighting: 15%

Quality criterion - Name: Improving access, reducing health inequalities, and facilitating choice / Weighting: 20%

Quality criterion - Name: Social Value / Weighting: 10%

Price - Weighting: Pass/Fail

two.2.6) Estimated value

Value excluding VAT: £130,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

Option to extend for up to a further 2 years, on a one plus one basis, subject to availability of grant funding and future priorities.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.14) Additional information

This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.

two.2) Description

two.2.1) Title

Recovery and Aftercare Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 85312500 - Rehabilitation services

two.2.3) Place of performance

NUTS codes
  • UKG12 - Worcestershire

two.2.4) Description of the procurement

To support adults (18 or over) to sustain abstinence or reduced drug/alcohol use in a non-treatment setting by enabling people to gain a sense of control over the challenges they face and the services they receive and helping people to find opportunities to be active and contributing members of society.

two.2.5) Award criteria

Quality criterion - Name: Quality and Innovation / Weighting: 35%

Quality criterion - Name: Value / Weighting: 20%

Quality criterion - Name: Integration, collaboration and service sustainability / Weighting: 15%

Quality criterion - Name: Improving access, reducing health inequalities, and facilitating choice / Weighting: 20%

Quality criterion - Name: Social Value / Weighting: 10%

Price - Weighting: Pass/Fail

two.2.6) Estimated value

Value excluding VAT: £300,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

Option to extend for up to a further 2 years, on a one plus one basis, subject to availability of grant funding and future priorities.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.14) Additional information

This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

27 February 2025

Local time

4:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

28 February 2025

Local time

8:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.

six.4) Procedures for review

six.4.1) Review body

High Court of England

London

Country

United Kingdom