Contract

Buckinghamshire Children and Young People (including vulnerable young adults 18-24) Drug and Alcohol Treatment & Support Service

  • Buckinghamshire Council

F03: Contract award notice

Notice identifier: 2025/S 000-052968

Procurement identifier (OCID): ocds-h6vhtk-04e295 (view related notices)

Published 1 September 2025, 7:00pm



Section one: Contracting authority

one.1) Name and addresses

Buckinghamshire Council

Walton Street Offices

Aylesbury

HP20 1UA

Contact

Mrs Ann Spence

Email

procurement@buckinghamshire.gov.uk

Country

United Kingdom

Region code

UKJ13 - Buckinghamshire CC

Internet address(es)

Main address

https://www.buckinghamshire.gov.uk/

Buyer's address

https://www.supplybucksbusiness.org.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

Buckinghamshire Children and Young People (including vulnerable young adults 18-24) Drug and Alcohol Treatment & Support Service

Reference number

DN759436

two.1.2) Main CPV code

  • 85312500 - Rehabilitation services

two.1.3) Type of contract

Services

two.1.4) Short description

Buckinghamshire Council is seeking to contract with a single provider suitably qualified and

experienced to deliver the Children and Young People (including vulnerable young adults

18-24) Drug and Alcohol Treatment and Support Service for Buckinghamshire residents.

The overall aim of the service is to provide a flexible, high-quality community-based specialist

drug and alcohol treatment and support service for children and young people under 18, and

vulnerable young adults 18-24, who are experiencing, or at risk of experiencing the harmful

effects of substance use:

• As a result of their own use of a range of illicit substances and/or alcohol, and/or

• As a result of another’s problem use of substances (including parental, sibling and other

family/household member).

Tier 2 – Targeted Support -Prevent and Deter

1. Early Intervention Support Service for Children and Young People who are beginning to

use substances regularly (Early at-risk stage) and those who are using regularly (Late at-risk

stage) from developing problem or harmful use.

2. Young People Drug Diversion Scheme in partnership with Thames Valley Police and

Buckinghamshire Council Youth Justice Team.

3. Comprehensive programme of support for children and young people who are

experiencing the impact /effects of parental or other familial substance use.

Tier 3 – Structured Care Planned Treatment and Specialist Harm reduction

1. Structured care planned treatment for children and young people, where their substance

use has reached the stage of harmful use and has become problematic with impairment in

almost all areas of life.

2. Where appropriate, facilitated access to pharmacological/relapse prevention

interventions

Tier 4- Inpatient Detoxification and Residential Rehabilitation

1. Where appropriate, facilitated access to T4 interventions.

The current service premises located in High Wycombe, owned by the Council, is available to

Bidders who wish to take up this option.

The Council is of the view that TUPE may apply.

The contract start date is 1st December 2025 and the initial term ends on 30th November

2029 with an option to extend for a period of up to 42 months

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: £3,573,500

two.2) Description

two.2.2) Additional CPV code(s)

  • 85323000 - Community health services

two.2.3) Place of performance

NUTS codes
  • UKJ13 - Buckinghamshire CC
Main site or place of performance

Buckinghamshire

two.2.4) Description of the procurement

Buckinghamshire Council is seeking to contract with a single provider suitably qualified and

experienced to deliver the Children and Young People (including vulnerable young adults

18-24) Drug and Alcohol Treatment and Support Service for Buckinghamshire residents.

The overall aim of the service is to provide a flexible, high-quality community-based specialist

drug and alcohol treatment and support service for children and young people under 18, and

vulnerable young adults 18-24, who are experiencing, or at risk of experiencing the harmful

effects of substance use:

• As a result of their own use of a range of illicit substances and/or alcohol, and/or

• As a result of another’s problem use of substances (including parental, sibling and other

family/household member).

Tier 2 – Targeted Support -Prevent and Deter

1. Early Intervention Support Service for Children and Young People who are beginning to

use substances regularly (Early at-risk stage) and those who are using regularly (Late at-risk

stage) from developing problem or harmful use.

2. Young People Drug Diversion Scheme in partnership with Thames Valley Police and

Buckinghamshire Council Youth Justice Team.

3. Comprehensive programme of support for children and young people who are

experiencing the impact /effects of parental or other familial substance use.

Tier 3 – Structured Care Planned Treatment and Specialist Harm reduction

1. Structured care planned treatment for children and young people, where their substance

use has reached the stage of harmful use and has become problematic with impairment in

almost all areas of life.

2. Where appropriate, facilitated access to pharmacological/relapse prevention

interventions

Tier 4- Inpatient Detoxification and Residential Rehabilitation

1. Where appropriate, facilitated access to T4 interventions.

The current service premises located in High Wycombe, owned by the Council, is available to

Bidders who wish to take up this option.

The Council is of the view that TUPE may apply.

The contract start date is 1st December 2025 and the initial term ends on 30th November

2029 with an option to extend for a period of up to 42 months

The total contract value is £3,573,500 has been estimated by adding the value for the initial

4-Year period £1,974,000 to the extension period estimate of £1,599,500.

two.2.5) Award criteria

Quality criterion - Name: Quality and Innovation / Weighting: 25%

Quality criterion - Name: Value / Weighting: 38%

Quality criterion - Name: Integration, collaboration and service sustainability / Weighting: 20%

Quality criterion - Name: Improving access, reducing health inequalities and facilitating choice / Weighting: 12%

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

Price - Weighting: 30%

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

two.2.14) Additional information

The contract is for an initial term of 4 years with an option to extend for a period of up to 3.5

years (42 months).

Pricing accounts for 30% of the 38% weighting allocated to the Value award criteria.

The total contract value has been estimated by adding the value for the initial 4-Year period

£1,974,000 to the extension period estimate of £1,599,500 to provide an estimate of

£3,573,500 for the full contract term. This service specification is funded by Public Health

grant funding.

The contract value for the initial term of 4 years is estimated at £1,974,000. The breakdown

by year is shown as the Budget Cap in Table 1 of the Annex 9 Pricing schedule: Year 1

£480,000, Year 2 £489,000, Year 3 £498,000, and Year 4 £507,000). A sum of £50,000

per annum is included in each year of the initial 4-year term (a total of £200,000 for the

4-year period). Whilst the base funding element is subject to a 2% uplift from years 2 to 4,

the £50,000 is a flat rate in each year. Funding for the sum of £50,000 per annum has not

been approved beyond Year 4 at this time.

The estimated value for the 42 months extension is calculated using Year 4 annual estimate

of £457,000 (£507,000 minus £50,000). Should the full 42 months (3.5 years) option be

exercised, the extension period estimate is £1,599,500 (£457,000 per annum multiplied by

3.5 years).

Pricing accounts for 30% of the 38% weighting for the Value award criteria.


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: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-005339


Section five. Award of contract

Contract No

1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 September 2025

five.2.2) Information about tenders

Number of tenders received: 6

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: 6

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

five.2.3) Name and address of the contractor

Change Grow Live Services Ltd

North Suite, First Floor, 1 Jubilee Street

Brighton East Sussex

BN1 1GE

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
The contractor is an SME

No

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

Total value of the contract/lot: £1,971,000


Section six. Complementary information

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 or Procurement Act

2023 do not apply to this award.

The services fall under CPV code 85312500 Rehabilitation Services and 85323000-9

Community health services, but only in respect of community health services which are

delivered to individuals

On publication of this intention to award notice, the Council will observe an 8 working day standstill period before entering into any contract, in accordance with the requirements of Regulation 11 and 12 of the Health Care Services (Provider Selection Regime) Regulations 2023 (“the Regulations”).

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@buckinghamshire.gov.uk by midnight on 11/9/2025.

It is the Council’s intention to award the contract on the day after the standstill period expires.

Award decision makers:

Gus de Silva Head of Strategic Procurement

Emma Wilding Head of Finance Adults and Health

Craig McArdle Corporate Director Adults and Health

The contract is being awarded on the basis of the highest total score against the published award criteria.

There are no declared conflicts or potential conflicts of interest.

six.4) Procedures for review

six.4.1) Review body

Buckinghamshire Council

Walton Street

Aylesbury

HP20 1UA

Country

United Kingdom