Section one: Contracting authority
one.1) Name and addresses
Warwickshire County Council
Shire Hall,Market Square
WARWICK
CV344RL
emilymousa@warwickshire.gov.uk
Country
United Kingdom
Region code
UKG13 - Warwickshire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.warwickshire.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/csw-jets/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/csw-jets/aspx/Home
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://in-tendhost.co.uk/csw-jets/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
WCC - Drug and Alcohol Treatment and Recovery Services (Adults and CYP)
Reference number
WCC - 20290
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Warwickshire County Council (the Council) is seeking to commission a single provider for each Lot (but a successful provider may be awarded both Lots) to provide Drug and Alcohol Services for; Lot 1 Lot 1 Adult Drug and Alcohol Treatment and Recovery Service and Lot 2 Lot 2 Children and Young People's Drug and Alcohol Services. Bidders may submit tenders for either or both Lots. If bidders are submitting for both Lots a separate submission must be made for each Lot.
Contract Commencement: 1st May 2025
Contract End Date: 30th April 2030
The initial contract term will be for 5 years however the Council reserves the right to extend the contract by further periods not exceeding 2+2+1 years (5 being the maximum available extension period) at the discretion of the Council based on the satisfactory contract performance of the successful applicant and funding availability.
During the course of the contract period the range and scope of these services may be subject to modification and variation to meet the changing needs and requirements of the Council, potential changes in legislation and the changing demands placed on the Council by its customers.
two.1.5) Estimated total value
Value excluding VAT: £4,352,855
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
two.2) Description
two.2.1) Title
Lot 1 Adult Drug and Alcohol Treatment and Recovery Service
Lot No
1
two.2.2) Additional CPV code(s)
- 85312500 - Rehabilitation services
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
two.2.4) Description of the procurement
The Provider of Lot 1 will deliver a CQC registered and inspected service to support individuals aged 18 and over in Warwickshire with drug and alcohol support needs. The core aims of the service are to provide a behaviour change approach to meeting the needs and outcomes of those using the services. The Provider will deliver evidence-based psychosocial and clinical interventions including, but not limited to, 1 to 1 and group support, harm reduction interventions, substitute prescribing, community-based detoxification and stabilisation, BBV screening, testing and treatment and recovery support.
The scope of Lot 1 also includes the requirement to sub-contract with Community Pharmacies for the substance misuse services they provide (Supervised Consumption and Needle Syringe Programme) and Tier 4 Providers of inpatient detoxification and residential rehabilitation provision.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,862,855
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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: Yes
Description of options
The initial contract term will be for 5 years however the Council reserves the right to extend the contract by further periods not exceeding 2+2+1 years (5 being the maximum available extension period) at the discretion of the Council based on the satisfactory contract performance of the successful applicant and funding availability.
two.2) Description
two.2.1) Title
Lot 2 Children and Young People's Drug and Alcohol Services
Lot No
2
two.2.2) Additional CPV code(s)
- 85312500 - Rehabilitation services
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
two.2.4) Description of the procurement
The Provider of Lot 2 will support children and young people aged between 5 and 25 years who have substance misuse at a level where it disrupts the young person's functioning potentially causing longer term harm or are affected by a parent/carer's substance misuse. The Provider will deliver evidence-based, age-appropriate Tier 1, Tier 2 and Tier 3 interventions to children and young people affected by alcohol and / or drugs. The aim will be to improve physical and mental health and wellbeing and help prevent the development of substance misuse issues. The Provider will raise awareness of substance misuse, deliver brief advice and deliver targeted and specialist interventions in 1 to 1 and group settings. The service will offer harm reduction advice and facilitate access to enhanced harm reduction, pharmacological interventions and Tier 4 treatment by working with the Provider of Lot 1.
The Provider will offer flexible, predominantly outreach support, in a variety of sites, including co-location with other providers, to improve communication and encourage referrals and joint working. If the Provider chooses to lease premises all costs related to the lease and upkeep of premises shall be met by the Provider.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £490,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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: Yes
Description of options
The initial contract term will be for 5 years however the Council reserves the right to extend the contract by further periods not exceeding 2+2+1 years (5 being the maximum available extension period) at the discretion of the Council based on the satisfactory contract performance of the successful applicant and funding availability.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
All details are included in the Tender documentation
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
21 October 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
21 October 2024
Local time
12:05pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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.
Warwickshire County Council will be using its etendering system (CSW-JETS) for the administration of this procurement process.
Providers must register with the system to be able to express an interest and download documents.
The web address for CSW-JETS is: www.cswjets.co.uk (https://www.csw-jets.co.uk) Registration
and use of CSW-JETS is free.
During the course of the contract period the range and scope of these services may be subject to modification and variation to meet the changing needs and requirements of the Council, potential changes in legislation and the changing demands placed on the Council by its customers
six.4) Procedures for review
six.4.1) Review body
High Court for England and Wales
London
Country
United Kingdom