Contract

Adult Drug and Alcohol Recovery and Treatment Service

  • COVENTRY CITY COUNCIL

F03: Contract award notice

Notice identifier: 2024/S 000-036723

Procurement identifier (OCID): ocds-h6vhtk-045776

Published 13 November 2024, 1:20pm



Section one: Contracting authority

one.1) Name and addresses

COVENTRY CITY COUNCIL

Council House, Earl Street

COVENTRY

CV15RR

Contact

Procurement Services

Email

procurement.services@coventry.gov.uk

Telephone

+44 2476975232

Country

United Kingdom

Region code

UKG33 - Coventry

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

uk,www.coventry.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

Adult Drug and Alcohol Recovery and Treatment Service

Reference number

COV - 19126

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

This new contract will deliver a range of evidence-based interventions to engage with adults (aged 18 and above) who use alcohol and/or illegal/illicit drugs and support people to achieve recovery from substance misuse and the following:

•Structured and unstructured treatment and recovery interventions (talking therapies, 1-2-1 and groupwork, care coordination, recovery support, etc)

•Criminal justice interventions (prison in-reach, CSTR assessment and delivery, etc)

•Harm reduction services (needle exchange, naloxone provision, blood borne virus vaccination, testing and referral to treatment, etc)

•Opiate Substitute Therapy prescribing, symptomatic relief and detoxification (incl inpatient detoxification)

•Assessment for residential rehabilitation

•Employment support (Individual Placement and Support). IPS provision will be delivered to residents in Coventry and Warwickshire

•Recovery support and aftercare

•Training for the wider workforce

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: £55,404,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 85121270 - Psychiatrist or psychologist services
  • 85141000 - Services provided by medical personnel
  • 85312500 - Rehabilitation services

two.2.3) Place of performance

NUTS codes
  • UKG33 - Coventry

two.2.4) Description of the procurement

This new contract will deliver a range of evidence-based interventions to engage with adults (aged 18 and above) who use alcohol and/or illegal/illicit drugs and support people to achieve recovery from substance misuse and the following:

•Structured and unstructured treatment and recovery interventions (talking therapies, 1-2-1 and groupwork, care coordination, recovery support, etc)

•Criminal justice interventions (prison in-reach, CSTR assessment and delivery, etc)

•Harm reduction services (needle exchange, naloxone provision, blood borne virus vaccination, testing and referral to treatment, etc)

•Opiate Substitute Therapy prescribing, symptomatic relief and detoxification (incl inpatient detoxification)

•Assessment for residential rehabilitation

•Employment support (Individual Placement and Support). IPS provision will be delivered to residents in Coventry and Warwickshire

•Recovery support and aftercare

•Training for the wider workforce

This notice is an intention to award a contract under Regulation 11 - Competitive Process of The Health Care Services (Provider Selection Regime) Regulations 2023.

The approximate lifetime value of the contract is : £55,404,000 (excluding VAT) including any permitted contract extensions.

This is a renewal of an existing contract and the new contract shall be awarded to the incumbent provider.

The services associated with the new contract shall be provided between the start and end date of this contract included any permitted contract extensions.

two.2.5) Award criteria

Quality criterion - Name: Quality and Innovation / Weighting: 40%

Quality criterion - Name: Integration, Collaboration and Service Sustainability / Weighting: 20%

Quality criterion - Name: Access, Inequalities and Disparities, and Choice / Weighting: 15%

Quality criterion - Name: Social Value / Weighting: 5%

Cost criterion - Name: Value (Net Price) / Weighting: 20%

two.2.11) Information about options

Options: Yes

Description of options

The initial term of the Contract will be for the period of 5 years from commencement but may be extended, by mutual agreement by 2 increments of 2 years.


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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-014461


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

13 November 2024

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 0

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Change Grow Live Services Ltd

Brighton

Country

United Kingdom

NUTS code
  • UKJ21 - Brighton and Hove
Companies House

06228752

The contractor is an SME

No

five.2.3) Name and address of the contractor

Change Grow Live

Brighton

Country

United Kingdom

NUTS code
  • UKJ21 - Brighton and Hove
Companies House

03861209

The contractor is an SME

No

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

Initial estimated total value of the contract/lot: £55,404,000

Total value of the contract/lot: £55,404,000


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 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 Coventry City Council via email address procurement.services@coventry.gov.uk by 25th November 2024. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.

Coventry City Council has awarded this contract on the most economically advantageous tender to the top scoring Provider against the named 'Key Criteria' in the tender documentation (section II.2.5 Award Criteria of this notice). The treatment model & outcomes including recovery and patient safety are critical under this contract and a therefore higher weighting was attributed to the Key Criteria 'Quality and Innovation'.

A potential conflict of interest was identified when forming the tender evaluation panel members. The non-conflicted members assessed the nature and risk of this conflict and decided which steps to take to avoid and manage it. These steps included excluding the conflicted member from the tender evaluation and decision-making process.

six.4) Procedures for review

six.4.1) Review body

Coventry City Council

Coventry

Country

United Kingdom