Contract

Drug and Alcohol Community Service

  • Bath and North East Somerset Council

F03: Contract award notice

Notice identifier: 2024/S 000-036741

Procurement identifier (OCID): ocds-h6vhtk-045301

Published 13 November 2024, 2:30pm



Section one: Contracting authority

one.1) Name and addresses

Bath and North East Somerset Council

Keynsham Civic Centre, Market Walk

Keynsham

BA31 1FS

Contact

Ms Celia Lasheras

Email

celia_lasheras@bathnes.gov.uk

Telephone

+44 1225477273

Country

United Kingdom

Region code

UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire

Internet address(es)

Main address

http://www.bathnes.gov.uk

Buyer's address

http://www.bathnes.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

Drug and Alcohol Community Service

Reference number

DN719552

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

The Authority wishes to establish a Contract for the provision of Drug and Alcohol Services.

The key requirements of the service are:

A community-based adult substance use service responsive to identified local needs (to include, but not be limited to and according to emerging needs: alcohol, opiate, non-opiates,psychoactive substances, prescription and over the counter drugs as well as image andperformance enhancing drugs) which will provide both medical and psychosocialinterventions for harm reduction and recovery. (T2, T3 and providing access to T4 provisionfor adults and young people)

Manage Shared Care provision in GP practices.

Ensure specific provision for complex needs (including co-occurring mental health and substance use diagnosis).

A holistic young peoples substance use service (for people up to the age of 25 years) with clear and seamless transitional arrangements.

Support for families and carers of people using drugs and alcohol.

Access to residential detoxification and rehabilitation and management of the placement budget.

An effective and responsive outreach and harm reduction offer for all, whether in treatment or not, including direct delivery and pharmacy provision, naloxone programme, synthetic opioids preparedness and drug related death prevention.

Manage pharmacy contract. Community pharmacists provide a service to dispense, support and monitor the consumption of opiate substitute treatment medication. And the pharmacy needle exchange programme, this service provides access to sterile needles and syringes, and a sharps container for the return of used equipment to promote safe injecting practice and reduce transmission of infections.

A free programme of Drug and alcohol training and support for schools

A free programme of training to support the wider workforce increase early identification and referrals into treatment, reduce stigmatisation and better understand the needs of this vulnerable group of people.

Provide a blood borne virus programme ensuring hepatitis B vaccinations and hepatitis B and C screening are available to all entering or engaged with treatment services regardless of the presenting substance.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £17,500,000 / Highest offer: £19,600,000 taken into consideration

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire

two.2.4) Description of the procurement

This notice is an intention to award a contract under the competitive process

The approximate lifetime value of the contract. is £17,500,000

This a retender for an existing service albeit with a revised specification

The intention is to award the contract to a new provider;

Services to run from 1/4/2025 to 31/3/30 with an option to extend by a further 2 years

The Authority wishes to award a Contract for the provision of Drug and Alcohol Services.

The key requirements of the service are:

A community-based adult substance use service responsive to identified local needs (to include, but not be limited to and according to emerging needs: alcohol, opiate, non-opiates,psychoactive substances, prescription and over the counter drugs as well as image andperformance enhancing drugs) which will provide both medical and psychosocialinterventions for harm reduction and recovery. (T2, T3 and providing access to T4 provisionfor adults and young people)

Manage Shared Care provision in GP practices.

Ensure specific provision for complex needs (including co-occurring mental health and substance use diagnosis).

A holistic young peoples substance use service (for people up to the age of 25 years) with clear and seamless transitional arrangements.

Support for families and carers of people using drugs and alcohol.

Access to residential detoxification and rehabilitation and management of the placement budget.

An effective and responsive outreach and harm reduction offer for all, whether in treatment or not, including direct delivery and pharmacy provision, naloxone programme, synthetic opioids preparedness and drug related death prevention.

Manage pharmacy contract. Community pharmacists provide a service to dispense, support and monitor the consumption of opiate substitute treatment medication. And the pharmacy needle exchange programme, this service provides access to sterile needles and syringes, and a sharps container for the return of used equipment to promote safe injecting practice and reduce transmission of infections.

A free programme of Drug and alcohol training and support for schools

A free programme of training to support the wider workforce increase early identification and referrals into treatment, reduce stigmatisation and better understand the needs of this vulnerable group of people.

Provide a blood borne virus programme ensuring hepatitis B vaccinations and hepatitis B and C screening are available to all entering or engaged with treatment services regardless of the presenting substance.

two.2.5) Award criteria

Quality criterion - Name: The contract award criteria are specified in the procurement documents / Weighting: 90

Price - Weighting: 10

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-024441


Section five. Award of contract

Contract No

DN719552

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: 4

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Turning Point (Services) Ltd

America House, 2 America Square,

London

EC3N 2LU

Email

tenders@turning-point.co.uk

Telephone

+44 07436488759

Country

United Kingdom

NUTS code
  • UKI - London
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: £17,500,000

Lowest offer: £17,500,000 / Highest offer: £19,600,000 taken into consideration


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 Contracts Regulations 2015 do not apply to this award. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority via the following email address: procurement@bathnes.gov.uk by midnight on 25/11/25. 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

Award decision-makers;

Philip Gardener Procurement & Commissioning Manager

Celia Lasheras Development & Commissioning Manager

Gilles Bergeron Development & Commissioning Manager

Kate Richards Public Health Registrar

Tracey Bidgood Team Leader - Connecting Families

Paul Sheehan Development & Commissioning Manager

Leanne Sheppard Health Improvement Officer

Sarah Heathcote Development & Commissioning Manager

Ann Robins Strategy & Commissioning Manager

Heidi Limbert Children Centre Service Manager

Judith Parr Children Centre Coordinator

Ellie Weyman Development and Commissioning Manager

Adi Day Health Improvement Officer

Milly Carmichael Health Improvement Officer

Chris Chatten Project Manager

Louise Husband Business Manager

Liz Beazer Senior Finance Manager

All involved in evaluation were issued with conflict of Interest declarations, no conflicts identified.

Key Award Criteria

Key Award Criteria Weighting

Quality and Innovation

Service Delivery Model 25%

Service Penetration 10%

Staffing 10%

Improving access, reducing inequalities and facilitating choice

Measuring Outcomes / Service Improvement 15%

Integration, collaboration and sustainability

Governance 15%

Mobilisation 10%

Social Value

Social Value Activities Return 2.50%

Managing and Monitoring Social Value 2.50%

Value

Pricing Schedule 5%

Demonstrating Value 5%

The preferred bidder achieved the highest overall score after evaluation of all tenders.

six.4) Procedures for review

six.4.1) Review body

Bath & North East Somerset Councl

The Guildhall High Street

Bath

BA1 5AW

Email

cheryl_hansford@bathnes.gov.uk

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with the Provider Selection Regime

Independent Patient Choice and Procurement Panel