Tender

WCC - Drug and Alcohol Treatment and Recovery Services (Adults and CYP) 

  • Warwickshire County Council

F02: Contract notice

Notice identifier: 2024/S 000-029572

Procurement identifier (OCID): ocds-h6vhtk-049b36

Published 16 September 2024, 3:19pm



Section one: Contracting authority

one.1) Name and addresses

Warwickshire County Council

Shire Hall,Market Square

WARWICK

CV344RL

Email

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

Internet address

https://www.warwickshire.gov.uk/