Tender

Buckinghamshire Children and Young People (including vulnerable young adults 18-24) Drug and Alcohol Treatment & Support Service

  • Buckinghamshire Council

F02: Contract notice

Notice identifier: 2025/S 000-005339

Procurement identifier (OCID): ocds-h6vhtk-04e295

Published 17 February 2025, 11:57am



Section one: Contracting authority

one.1) Name and addresses

Buckinghamshire Council

Walton Street Offices

Aylesbury

HP20 1UA

Email

helen.bold@buckinghamshire.gov.uk

Country

United Kingdom

Region code

UKJ13 - Buckinghamshire CC

Internet address(es)

Main address

https://www.buckinghamshire.gov.uk/

Buyer's address

https://www.supplybucksbusiness.org.uk

one.3) Communication

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

https://www.supplybucksbusiness.org.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.supplybucksbusiness.org.uk

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

Buckinghamshire Children and Young People (including vulnerable young adults 18-24) Drug and Alcohol Treatment & Support Service

Reference number

DN759436

two.1.2) Main CPV code

  • 85312500 - Rehabilitation services

two.1.3) Type of contract

Services

two.1.4) Short description

Buckinghamshire Council is seeking to contract with a single provider suitably qualified and experienced to deliver the Children and Young People (including vulnerable young adults 18-24) Drug and Alcohol Treatment and Support Service for Buckinghamshire residents.

The overall aim of the service is to provide a flexible, high-quality community-based specialist drug and alcohol treatment and support service for children and young people under 18, and vulnerable young adults 18-24, who are experiencing, or at risk of experiencing the harmful effects of substance use:

• As a result of their own use of a range of illicit substances and/or alcohol, and/or

• As a result of another’s problem use of substances (including parental, sibling and other family/household member).

The Service shall consist of

Tier 2 – Targeted Support -Prevent and Deter

1. Early Intervention Support Service for Children and Young People who are beginning to use substances regularly (Early at-risk stage) and those who are using regularly (Late at-risk stage) from developing problem or harmful use.

2. Young People Drug Diversion Scheme in partnership with Thames Valley Police and Buckinghamshire Council Youth Justice Team.

3. Comprehensive programme of support for children and young people who are experiencing the impact /effects of parental or other familial substance use.

Tier 3 – Structured Care Planned Treatment and Specialist Harm reduction

1. Structured care planned treatment for children and young people, where their substance use has reached the stage of harmful use and has become problematic with impairment in almost all areas of life.

2. Where appropriate, facilitated access to pharmacological/relapse prevention interventions

Tier 4- Inpatient Detoxification and Residential Rehabilitation

1. Where appropriate, facilitated access to T4 interventions.

The current service premises located in High Wycombe, owned by the Council, is available to Bidders who wish to take up this option.

The Council is of the view that TUPE may apply.

The contract start date is 1st October 2025 and the initial term ends on 30th September 2029 with an option to extend for a period of up to 42 months.

two.1.5) Estimated total value

Value excluding VAT: £3,573,500

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85323000 - Community health services

two.2.3) Place of performance

NUTS codes
  • UKJ13 - Buckinghamshire CC
Main site or place of performance

Buckinghamshire

two.2.4) Description of the procurement

Buckinghamshire Council is seeking to contract with a single provider suitably qualified and experienced to deliver the Children and Young People (including vulnerable young adults 18-24) Drug and Alcohol Treatment and Support Service for Buckinghamshire residents.

The overall aim of the service is to provide a flexible, high-quality community-based specialist drug and alcohol treatment and support service for children and young people under 18, and vulnerable young adults 18-24, who are experiencing, or at risk of experiencing the harmful effects of substance use:

• As a result of their own use of a range of illicit substances and/or alcohol, and/or

• As a result of another’s problem use of substances (including parental, sibling and other family/household member).

The Service shall consist of

Tier 2 – Targeted Support -Prevent and Deter

1. Early Intervention Support Service for Children and Young People who are beginning to use substances regularly (Early at-risk stage) and those who are using regularly (Late at-risk stage) from developing problem or harmful use.

2. Young People Drug Diversion Scheme in partnership with Thames Valley Police and Buckinghamshire Council Youth Justice Team.

3. Comprehensive programme of support for children and young people who are experiencing the impact /effects of parental or other familial substance use.

Tier 3 – Structured Care Planned Treatment and Specialist Harm reduction

1. Structured care planned treatment for children and young people, where their substance use has reached the stage of harmful use and has become problematic with impairment in almost all areas of life.

2. Where appropriate, facilitated access to pharmacological/relapse prevention interventions

Tier 4- Inpatient Detoxification and Residential Rehabilitation

1. Where appropriate, facilitated access to T4 interventions.

The current service premises located in High Wycombe and owned by the Council is available to Bidders who wish to take up this option.

The Council is of the view that TUPE may apply.

The contract start date is 1st October 2025 and the initial term ends on 30th September 2029 with an option to extend for a further 42 months.

The total contract value is £3,573,500 has been estimated by adding the value for the initial 4-Year period £1,974,000 to the extension period estimate of £1,599,500.

two.2.5) Award criteria

Quality criterion - Name: Quality and Innovation / Weighting: 25%

Quality criterion - Name: Value / Weighting: 38%

Quality criterion - Name: Integration, collaboration and service sustainability / Weighting: 20%

Quality criterion - Name: Improving access, reducing health inequalities and facilitating choice / Weighting: 12%

Quality criterion - Name: Social Value / Weighting: 5%

Price - Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £3,573,500

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

Start date

1 October 2025

End date

30 September 2029

This contract is subject to renewal

Yes

Description of renewals

The Contract will have an option to extend of up to 3.5 years (42 months).

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The contract is for an initial term of 4 years with an option to extend for a period of up to 3.5 years (42 months).

Pricing accounts for 30% of the 38% weighting allocated to the Value award criteria.

The total contract value has been estimated by adding the value for the initial 4-Year period £1,974,000 to the extension period estimate of £1,599,500 to provide an estimate of £3,573,500 for the full contract term. This service specification is funded by Public Health grant funding.

The contract value for the initial term of 4 years is estimated at £1,974,000. The breakdown by year is shown as the Budget Cap in Table 1 of the Annex 9 Pricing schedule: Year 1 £480,000, Year 2 £489,000, Year 3 £498,000, and Year 4 £507,000). A sum of £50,000 per annum is included in each year of the initial 4-year term (a total of £200,000 for the 4-year period). Whilst the base funding element is subject to a 2% uplift from years 2 to 4, the £50,000 is a flat rate in each year. Funding for the sum of £50,000 per annum has not been approved beyond Year 4 at this time.

The estimated value for the 42 months extension is calculated using Year 4 annual estimate of £457,000 (£507,000 minus £50,000). Should the full 42 months (3.5 years) option be exercised, the extension period estimate is £1,599,500 (£457,000 per annum multiplied by 3.5 years).


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: No

four.2) Administrative information

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

Date

14 April 2025

Local time

12:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

14 April 2025

Local time

12:15pm


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 or Procurement Act 2023 do not apply to this award.

The services fall under CPV code 85312500 Rehabilitation Services and 85323000-9 Community health services, but only in respect of community health services which are delivered to individuals

six.4) Procedures for review

six.4.1) Review body

Buckinghamshire Council

Walton Street Offices

Aylesbury

HP20 1UA

Country

United Kingdom