Tender

24093 Adult Integrated Drug and Alcohol Treatment and Recovery System

  • Cambridgeshire County Council

F02: Contract notice

Notice identifier: 2025/S 000-047739

Procurement identifier (OCID): ocds-h6vhtk-058569

Published 11 August 2025, 3:59pm



Section one: Contracting authority

one.1) Name and addresses

Cambridgeshire County Council

New Shire Hall Emery Crescent Enterprise Campus,

Alconbury Weald, Huntingdon

PE284YE

Email

sarah.fuller@cambridgeshire.gov.uk

Country

United Kingdom

Region code

UKH12 - Cambridgeshire CC

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.cambridgeshire.gov.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Opportunities/Index?p=ea3edb62-3a92-eb11-810c-005056b64545&v=2

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Opportunities/Index?p=ea3edb62-3a92-eb11-810c-005056b64545&v=2

Tenders or requests to participate must be submitted to the above-mentioned address

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

24093 Adult Integrated Drug and Alcohol Treatment and Recovery System

Reference number

24093

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

Cambridgeshire County Council is inviting tenders for specialist drug and alcohol treatment and recovery provision for adults (age 18+) commissioned through an Adult Integrated Drug and Alcohol Treatment and Recovery System contract.

The Cambridgeshire core Adult Drug and Alcohol Treatment Service (age 18 years +) provides all elements of drug and alcohol support, treatment and recovery including:

• Prevention & Education

• Early intervention advice and support

• Pharmacological treatment

• Harm reduction services

• Pharmacy delivered services (including needle and syringe programmes, THN and supervised dispensing)

• Psychosocial support

• Recovery support

• Community/inpatient detox, and residential rehabilitation

• Workforce/stakeholder training

The contract is anticipated to commence on 1 April 2026 and will continue for a period of two years unless terminated in accordance with the Conditions of Contract.

There is the potential for two contract extensions, the first is an extension of two years, the second is an extension of three years, making a total possible contract length of seven years. The extensions depend on both the success in achieving the required outcomes and availability of further funding.

Note: a preliminary market engagement exercise was completed, and advertised on Find-a-Tender Service (notice identifier: 2025/S 000-035525)

two.1.5) Estimated total value

Value excluding VAT: £47,861,324

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKH12 - Cambridgeshire CC

two.2.4) Description of the procurement

The estimated total value of the contract over the total contract period is a maximum value of £47,861,324 (excluding VAT) and subject to grant funding being received by the Authority at the same level as 2025-26, but no guarantee is given as to the actual value of the contract under that maximum.

The total value of the contract is made up of two elements:

• Core funding - £35,423,990

• External grant funding (not confirmed) - £12,437,334

two.2.5) Award criteria

Quality criterion - Name: PSR key criteria 1 - Quality and innovation / Weighting: 30

Quality criterion - Name: PSR key criteria 2 - Value / Weighting: 15

Quality criterion - Name: PSR key criteria 3 - Integration, collaboration and service sustainability / Weighting: 25

Quality criterion - Name: PSR key criteria 4 - Improving access, reducing health inequalities and facilitating choice / Weighting: 20

Quality criterion - Name: PSR key criteria 5 - Social value / Weighting: 10

Price - Weighting: Incl. in value criteria

two.2.6) Estimated value

Value excluding VAT: £47,861,324

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2026

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

There is the potential for two contract extensions, the first is an extension of two years, the second is an extension of three years, making a total possible contract length of seven years. The extensions depend on both the success in achieving the required outcomes and availability of further funding.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) 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.

To register an interest in this procurement and access the procurement documentation:

- Go to this page: https://procontract.due-north.com/Opportunities/Index?p=ea3edb62-3a92-eb11-810c-005056b64545&v=2

- Click on the hyper link named "24093 Adult Integrated Drug and Alcohol Treatment and Recovery System"

- Click on the green button named "Login and register interest in this opportunity"


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Basic selection criteria is set out in the procurement documents and the questionnaire within ProContract

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


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

22 September 2025

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

22 September 2025

Local time

12:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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.

The documentation is available via the ProContract link within this advert.

six.4) Procedures for review

six.4.1) Review body

Cambridgeshire County Council

New Shire Hall, Emery Crescent, Alconbury Weald

Huntingdon

PE28 4YE

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

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.

The standstill period will begin on the day after the notice of intention to award is published on Find-a-Tender Service. Any representations to the process must be received before midnight on the eighth working day after that day.

Representations must be sent to the Authority in writing via ProContract's messaging function with reasons why the provider believes that the Authority has failed to apply the PSR correctly.

The provider must be able to set out reasonable grounds to support its belief. If any representations are received by the Authority during the standstill period, then it will remain open until the authority considers the representations and relevant information before making a further decision and submitting its formal response.

If the bidder wishes to continue with its representation after the Authority's formal response, then they will need to contact The Independent Patient Choice and Procurement Panel detailed below.

The Independent Patient Choice and Procurement panel will be responsible for reviewing representations in relation to the Provider Selection Regime (PSR). To use the Independent Patient Choice and Procurement Panel, bidders should read the terms on the NHS England website and email: england.procurementpanelinfo@nhs.net