Contract

Residential Detoxification and Rehabilitation Services (Tier 4)

  • The Royal Borough of Kingston upon Thames

F03: Contract award notice

Notice identifier: 2024/S 000-039733

Procurement identifier (OCID): ocds-h6vhtk-043a67

Published 10 December 2024, 11:34am



Section one: Contracting authority

one.1) Name and addresses

The Royal Borough of Kingston upon Thames

Guildhall 2

Kingston upon Thames

KT1 1EU

Email

commissioning@kingston.gov.uk

Telephone

+44 2085475000

Country

United Kingdom

Region code

UKI63 - Merton, Kingston upon Thames and Sutton

Internet address(es)

Main address

http://www.kingston.gov.uk

Buyer's address

http://www.kingston.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

Residential Detoxification and Rehabilitation Services (Tier 4)

Reference number

DN709671

two.1.2) Main CPV code

  • 85312500 - Rehabilitation services

two.1.3) Type of contract

Services

two.1.4) Short description

Provision of Residential Detoxification and Rehabilitation Treatment services (Tier 4)

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: £520,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI63 - Merton, Kingston upon Thames and Sutton

two.2.4) Description of the procurement

Provision of Residential Detoxification Services: individual placement with number of providers for the delivery of Residential Detoxification and Residential Rehabilitation Services

Service 1 – Detoxification with 24-hour medical cover; medically assisted withdrawal from opiates or alcohol;

Service 2 – Detoxification without 24-hour medical cover; without medically assisted withdrawal;

Service 3 – Detoxification (with/without 24-hour medical cover) with a primary rehabilitative programme focusing on intensive therapeutic interventions. Maximum stay 12 weeks;

Provision Residential Rehabilitation Services:

Service 4 – Primary rehabilitative programme (maximum stay 12 weeks) focusing on therapeutic interventions;

Service 5 – Secondary rehabilitative programme (maximum stay 12 weeks) focusing on the development of life skills, recovery through training or employment-focused needs; the skills to sustain a drug/alcohol-free lifestyle;

Service 6 – Complex e.g. women who are pregnant, co-occurring mental health alcohol and drug use.

This notice is an Intention to Award under Most suitable provider.

The approximate life time value of the contract is £520,000.00 over a 2 years period.

This is a new service delivery model

These are new and existing providers;

The service intends to start from 2nd January 2025.

two.2.5) Award criteria

Quality criterion - Name: most suitable provider process with regard to the key criteria / Weighting: 100

Price - Weighting: 0

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

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

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 decision makers by 20/12/2024 (8 working days following publication of intention to award notice)]. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR'

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 000-005085


Section five. Award of contract

Contract No

DN709671

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 December 2024

five.2.2) Information about tenders

Number of tenders received: 11

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

five.2.3) Name and address of the contractor

ANA Treatment Centres Ltd

Farlington

Country

United Kingdom

NUTS code
  • UKJ31 - Portsmouth
The contractor is an SME

Yes

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

Lowest offer: £1,000 / Highest offer: £520,000 taken into consideration


Section five. Award of contract

Contract No

DN709671

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 December 2024

five.2.2) Information about tenders

Number of tenders received: 11

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

five.2.3) Name and address of the contractor

Bosence Farm Community Ltd

Hayle

Country

United Kingdom

NUTS code
  • UKK30 - Cornwall and Isles of Scilly
The contractor is an SME

Yes

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

Lowest offer: £1,000 / Highest offer: £520,000 taken into consideration


Section five. Award of contract

Contract No

DN709671

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 December 2024

five.2.2) Information about tenders

Number of tenders received: 11

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

five.2.3) Name and address of the contractor

Broadway Lodge Ltd

Weston-super-Mare

Country

United Kingdom

NUTS code
  • UKK23 - Somerset
The contractor is an SME

Yes

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

Lowest offer: £1,000 / Highest offer: £520,000 taken into consideration


Section five. Award of contract

Contract No

DN709671

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 December 2024

five.2.2) Information about tenders

Number of tenders received: 11

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

five.2.3) Name and address of the contractor

Druglink

Hemel Hempstead

Country

United Kingdom

NUTS code
  • UKH23 - Hertfordshire
The contractor is an SME

Yes

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

Lowest offer: £1,000 / Highest offer: £520,000 taken into consideration


Section five. Award of contract

Contract No

DN709671

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 December 2024

five.2.2) Information about tenders

Number of tenders received: 11

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

five.2.3) Name and address of the contractor

Kairos Community Trust

London

Country

United Kingdom

NUTS code
  • UKI45 - Lambeth
The contractor is an SME

No

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

Lowest offer: £1,000 / Highest offer: £520,000 taken into consideration


Section five. Award of contract

Contract No

DN709671

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 December 2024

five.2.2) Information about tenders

Number of tenders received: 11

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

five.2.3) Name and address of the contractor

Somewhere House Ltd

Burnham on Sea

Country

United Kingdom

NUTS code
  • UKK23 - Somerset
The contractor is an SME

Yes

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

Lowest offer: £1,000 / Highest offer: £520,000 taken into consideration


Section five. Award of contract

Contract No

DN709671

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 December 2024

five.2.2) Information about tenders

Number of tenders received: 11

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

five.2.3) Name and address of the contractor

The Forward Trust

Lambeth

Country

United Kingdom

NUTS code
  • UKI45 - Lambeth
The contractor is an SME

No

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

Lowest offer: £1,000 / Highest offer: £520,000 taken into consideration


Section five. Award of contract

Contract No

DN709671

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 December 2024

five.2.2) Information about tenders

Number of tenders received: 11

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

five.2.3) Name and address of the contractor

The Nelson Trust

Brimscombe

Country

United Kingdom

NUTS code
  • UKK13 - Gloucestershire
The contractor is an SME

No

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

Lowest offer: £1,000 / Highest offer: £520,000 taken into consideration


Section five. Award of contract

Contract No

DN709671

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 December 2024

five.2.2) Information about tenders

Number of tenders received: 11

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

five.2.3) Name and address of the contractor

Via Residential Ltd

Westminster

Country

United Kingdom

NUTS code
  • UKI32 - Westminster
The contractor is an SME

No

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

Lowest offer: £1,000 / Highest offer: £520,000 taken into consideration


Section five. Award of contract

Contract No

DN709671

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 December 2024

five.2.2) Information about tenders

Number of tenders received: 11

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

five.2.3) Name and address of the contractor

Western Counselling Services Ltd

Weston-super-Mare

Country

United Kingdom

NUTS code
  • UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire
The contractor is an SME

Yes

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

Lowest offer: £1,000 / Highest offer: £520,000 taken into consideration


Section five. Award of contract

Contract No

DN709671

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 December 2024

five.2.2) Information about tenders

Number of tenders received: 11

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

five.2.3) Name and address of the contractor

Yeldall Christian Centres

Reading

Country

United Kingdom

NUTS code
  • UKJ11 - Berkshire
The contractor is an SME

Yes

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

Lowest offer: £1,000 / Highest offer: £520,000 taken into consideration


Section six. Complementary information

six.3) Additional information

The following line should be included: ‘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 20/12/204 (8 working days following publication of intention to award notice)]. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.’

Written representations should be sent to commissioning@kingston.gov.uk including the

reference number PSR REPRESENTATION: DN709671 - RESIDENTIAL DETOXIFICATION & REHABILITATION SERVICES in the title.

Details of the award decision-makers; Royal Borough of Kingston Contract & Commissioning

Board

No conflict of interest declared.

The provider was assessed against the 5 key criteria and basic assessment criteria.

The key criteria were assessed on equal importance and required bidders to meet a minimum score of 3 to obtain a pass score.

six.4) Procedures for review

six.4.1) Review body

Independent Patient Choice & Procurement Panel

London

Country

United Kingdom