Contract

KMCPH-040 Drug & Alcohol Dependency Advisor in Hospital

  • The Council of the Borough of Kirklees

F03: Contract award notice

Notice identifier: 2025/S 000-007658

Procurement identifier (OCID): ocds-h6vhtk-04e8f3 (view related notices)

Published 3 March 2025, 12:41pm



Section one: Contracting authority

one.1) Name and addresses

The Council of the Borough of Kirklees

The Town Hall, Ramsden Street

Huddersfield

HD12TA

Contact

Mohammed Sidat

Email

mohammed.sidat@kirklees.gov.uk

Telephone

+44 1484221000

Country

United Kingdom

Region code

UKE44 - Calderdale and Kirklees

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

http://www.kirklees.gov.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

KMCPH-040 Drug & Alcohol Dependency Advisor in Hospital

two.1.2) Main CPV code

  • 85110000 - Hospital and related services

two.1.3) Type of contract

Services

two.1.4) Short description

The Service is targeting Kirklees residents who are admitted to Dewsbury and Wakefield hospitals directly for a drug and/or alcohol problem or who have been identified as having a drug and/or alcohol problem but not necessarily been admitted for that.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £318,132

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

The Kirklees district has a high rate of drug and alcohol related deaths as well as a high proportion of drug and alcohol users who do not access community drug treatment services for support. This service will support with Better and more integrated responses to physical and mental health issues from the Menu of Interventions provided by the Office of Health Improvement and Disparities (OHID) (the funders). This will continue to assist more individuals accessing community treatment service for support with their drug and alcohol use.

The service will continue to support the treatment of drug and alcohol dependency in secondary care and help provide on-going support for people to stop or reduce their drug and alcohol use in the hospital as an inpatient and following discharge. The service links with other community substance misuse services.

Recognising that drug and alcohol dependency is a chronic, relapsing clinical condition that can lead to premature death, substance use is seen as a medical condition that can be treated, rather than as a lifestyle choice.

The service supports a longer-term commitment to supporting people with substance use addiction. The service will increase the support offered to people accessing the Trusts services, to help them to stop using drugs and alcohol and to reduce harm from substance use.

Awarding a contract following Direct Award Process C.

1st April 2025 to 31st March 2026 with the option to extend for up to 3 years.

£318,132 including extensions.

two.2.5) Award criteria

Quality criterion - Name: The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard / Weighting: 100

Cost criterion - Name: No price evaluation / Weighting: 0

two.2.11) Information about options

Options: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

This is a Provider Selection Regime (PSR) intention

to award 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

Contract Regulations 2015 do not apply to this

award. The publication of this notice marks the start

of the standstill period. Representations by

providers must be made to the relevant authority by

midnight on 12th March 2025. This contract has not

formally been awarded; this notice serves as an

intention to award under the PSR.

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

The procurement is covered by the Government Procurement Agreement: Yes


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

27 February 2025

five.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

The Mid Yorkshire Teaching NHS Trust

Aberford Road

Wakefield

WF1 4DG

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
Justification for not providing organisation identifier

Not on any register

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £318,132


Section six. Complementary information

six.3) Additional information

This is a Provider Selection Regime (PSR) intention to award 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 provisions of the Public Contracts Regulations 2015 do not apply to award. The publication of this notice marks

the start of the standstill period. Representations by

Providers must be made to decision makers by

midnight on 12th March 2025. This contract has not

yet formally been awarded; This notice serves as

an intention to award under the PSR.

Representations should be marked for the attention

of Amanda Greaves, Strategic Category Manager

and sent to the Procurement Team by email at

procurement@kirklees.gov.uk.

Approval to award the contract has been made by:

Ruth Calladine - Head of Procurement &

Commissioning Support; and

Emily Parry-Harries - Head of Public

Health/Consultant in Public Health

There has not been any declared conflicts or

potential conflicts of interest of any individuals

making the decision to award this contract.

The relative importance of the key criteria, and

associated rationale for the relative importance of

the key criteria, that was used for the provider

assessment and form the basis on which the

decision to award the contract has been made are

as follows:

Quality and Innovation (35%)

A safe and effective service model delivered to achieve the outcomes stated in the service specification e.g. KPI's and quality measures achieved.

Provider to demonstrate the importance of service improvement and innovative ways of working to ensure the service offer is equitable and reduces inequalities.

Provider to demonstrate ability to work in creative partnership.

Provider to demonstrate how they will work to improve identification and support for patients who are using drugs and/or alcohol, both internally across departments, and externally with community treatment providers.

Provider to illustrate how they plan to improve internal processes and systems.

Assessment of Quality and Innovation demonstrated by current services provided.

Leadership - are collaborative and governance arrangements are in place.

Value (15%)

The service provided can demonstrate value for money.

Financial report to include incoming and outgoing expense data, to detail spend against budget and evidence financial planning.

Integration, Collaboration & Service Sustainability (25%)

Evidence of partnership working and integration with other Kirklees services and systems.

Evidence of provider supporting the delivery of the outcomes of the Kirklees Drug and Alcohol Strategy.

Evidence of provider contributing towards the aims and outcomes of the Kirklees Combatting Drugs Partnership.

Provider to ensure services are well integrated across the Kirklees system and seek opportunities to collaborate with other services, e.g. embedding into relevant policy, strategy and through attending partnership meetings.

Provider to offer updates and relevant training where applicable for internal staff and partner agencies.

Improving Access, Reducing Health Inequalities & Facilitating Choice (20%)

Provider can demonstrate how they will improve access to their services

Provider can demonstrate specific measures they will take to support people that services typically struggle to engage with.

Resources are targeted effectively according to need, based on

data and insight.

Services work towards increasing equity and reducing inequalities.

Social Value (5%)

Evidence that where possible, the provider seeks to employ, buy and invest locally.

Evidence of 'good employment' offered e.g. Evidence of working with volunteers, routes for progression etc.

Seek to deliver services in ways which are environmentally sustainable and support the local economy where possible.

The assessment panel carried out assessments

against the key criteria (detailed above) using

information and evidence from a range of sources,

as well as their own knowledge and experience of

working with the provider. Each key criteria was

scored using a pre-determined scoring table (out of

5) based on the level of confidence that the

assessment gave the assessment panel, of the

providers ability to address all elements of the key

criterion in terms of undertaking and delivering the

service.

The assessment score for Calerdale & Huddersfield

NHS Foundation Trust gave a high level of

confidence that the provider will be able to deliver

the requirements of the contract.

six.4) Procedures for review

six.4.1) Review body

Not applicable under the PSR

Not Applicable under the PSR

Country

United Kingdom