Contract

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

  • Warwickshire County Council

F03: Contract award notice

Notice identifier: 2024/S 000-038319

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

Published 27 November 2024, 2:24pm



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.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.1.6) Information about lots

This contract is divided into lots: Yes

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

Value excluding VAT: £4,352,855

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.

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.

Estimated lifetime value of contract for Lot 1 £3,862,855

This is an existing service with an existing provider

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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Cost criterion - Name: Cost / Weighting: 20

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. 

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.

Estimated lifetime value of contract for Lot 2 £490,000

This is an existing service with an existing provider

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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Cost criterion - Name: Cost / Weighting: 20

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 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 000-029572


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

20 November 2024

five.2.2) Information about tenders

Number of tenders received: 4

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

Change Grow Live

East Sussex

Country

United Kingdom

NUTS code
  • UKG - West Midlands (England)
Charity Commission (England and Wales)

1079327

The contractor is an SME

No

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

Total value of the contract/lot: £4,352,855


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 publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by the 9th December at 24:00hrs (midnight). This contract has not yet been formally awarded; this notice serves as an intention to award a contract under the competitive process of PSR.

The address where written representations should be made is:

Warwickshire Legal Services, Shire Hall, Market Place, Warwick, Warwickshire, CV34 4RL.

The tender required bidders to price for a Drug and Alcohol service. The evaluation model comprised 70% non-price, 20% price and 10% Social Value.

Award decision makers: The Executive Director for Social Care and Health and the Director of Public Health.

No declared or potential conflicts of interest were identified during the process.

The chosen providers were selected due to achieving the highest scores across the key criteria used. The providers have been assessed and passed against the relevant key criteria and basic criteria.

six.4) Procedures for review

six.4.1) Review body

High Court for England and Wales

London

Country

United Kingdom