Section one: Contracting authority
one.1) Name and addresses
Luton Council
Town Hall, George Street
Luton
LU1 2BQ
Contact
Mrs Caroline Sturman
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
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