Tender

AT1175 Drug & Alcohol Support Service

  • Luton Council

F02: Contract notice

Notice identifier: 2024/S 000-028355

Procurement identifier (OCID): ocds-h6vhtk-049832

Published 5 September 2024, 8:41am



Section one: Contracting authority

one.1) Name and addresses

Luton Council

Town Hall, George Street

Luton

LU1 2BQ

Contact

Mrs Caroline Sturman

Email

caroline.sturman@luton.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

http://www.luton.gov.uk

Buyer's address

http://www.luton.gov.uk

one.3) Communication

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

https://procontract.due-north.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com

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

AT1175 Drug & Alcohol Support Service

Reference number

DN727009

two.1.2) Main CPV code

  • 85323000 - Community health services

two.1.3) Type of contract

Services

two.1.4) Short description

Luton is currently identified as a ‘Challenged Area’ by OHID in terms of drug and alcohol treatment services. This was due to a reduction in the number of those in treatment and the lack of referrals and engagement with the criminal justice system. Numbers in treatment have increased significantly, including for those on the criminal justice pathway. We are therefore looking to procure three different service lots.

Lot 1 - Luton clinical drug and alcohol treatment service – providing clinical intervention, psychosocial intervention, NICE guidelines, specialist children and young person’s service (8-24 years), in reach teams to hospital and Criminal Justice System

Lot 2 - A new support service which will work with those who are not ready or able to engage in formal structured treatment due to various complexities and interconnected needs.

Lot 3 – Luton specialist, independent drug and alcohol recovery service.

The services will form a joint alliance, offering integrated case management and utilising a robust Information Sharing Agreement. The three lots, plus the children and young person service, will be housed in separate accommodation to address the needs of the service users and providing a suitable safe space for service users on the different stages of their recovery, as per recommendations in the recent consultation.

Contract from 01 April 2025 to 31 March 2033 plus a 2 year extension to 31 March 2035.

All documents can be found on the ProContract (Proactis) e-tendering portal. Being conducted under The Health Care (PSR) Regulations 2023.

Potential for additional grant funding to take contract value to £40,000,000, no guarantees.

two.1.5) Estimated total value

Value excluding VAT: £38,100,000

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: 3

two.2) Description

two.2.1) Title

Lot No

1,2,3

two.2.2) Additional CPV code(s)

  • 85323000 - Community health services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Luton is currently identified as a ‘Challenged Area’ by OHID in terms of drug and alcohol treatment services. This was due to a reduction in the number of those in treatment and the lack of referrals and engagement with the criminal justice system. Following efforts over the last 18 months, by the Provider and Luton Council public health team, numbers in treatment have increased significantly, including for those on the criminal justice pathway. We are therefore looking to procure three different service lots.

Lot 1 - Luton clinical drug and alcohol treatment service – providing clinical intervention, psychosocial intervention, NICE guidelines, specialist children and young person’s service (8-24 years), in reach teams to hospital and Criminal Justice System

Lot 2 - A new support service which will work with those who are not ready or able to engage in formal structured treatment due to various complexities and interconnected needs.

Lot 3 – Luton specialist, independent drug and alcohol recovery service.

The services will form a joint alliance, offering integrated case management and utilising a robust Information Sharing Agreement. The three lots, plus the children and young person service, will be housed in separate accommodation to address the needs of the service users and providing a suitable safe space for service users on the different stages of their recovery, as per recommendations in the recent consultation.

It is recommended that recovery should sit independently from treatment, so each specialism can focus on their own areas to achieve the joint ambition of reduce the harms caused by drugs and alcohol in Luton.

The independent recovery system will:

• help to reduce risk of relapse by a reduction in trigger points; service users not having to attend the treatment service- a place that they may associate with their substance use, reducing the interaction with people still in active addiction, reducing contact with those who may try and exploit others- recovery can be a very vulnerable time.

• support a tailored approach; recovery is subjective to each individual’s needs and accountability, with many people choosing different beliefs and methods to achieve their recovery goals.

• provide an increased focus and clear path for those in treatment, enabling them to move on from clinical treatment into recovery with ongoing structured support.

• help focus on the social components of treatment journeys by building recovery capital. Encouraging and identifying robust protective factors that underpin recovery such as the repair of relationships, support networks & engagement in their community.

• provide easy access to recovery support for those who may have managed their journey from dependency without accessing clinical treatment.

• bring together recovery partners in the community, including the Recovery College, mutual aid and fellowship services.

Contract from 01 April 2025 to 31 March 2033 plus a 2 year extension to 31 March 2035.

All documents can be found on the ProContract (Proactis) e-tendering portal. Being conducted under The Health Care (PSR) Regulations 2023.

Potential for additional grant funding to take contract value to £40,000,000, no guarantees.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

120

This contract is subject to renewal

No

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

The named organisation must be registered with the Care Quality Commission (CQC).

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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

9 October 2024

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

9 October 2024

Local time

12:15pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

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 JUSTICE

LONDON

Country

United Kingdom