Section one: Contracting authority
one.1) Name and addresses
Southampton City Council
Civic Centre, Civic Centre Road
Southampton
SO147LY
Contact
Simon Crouch
procurement@southampton.gov.uk
Country
United Kingdom
Region code
UKJ32 - Southampton
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.southampton.gov.uk/business-licensing/supply-council/supply-portal/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.southampton.gov.uk/business-licensing/supply-council/supply-portal/
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
Southampton Adults Alcohol & Drug Support Service
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Southampton City Council ("the Council") invites Tenders from suitably qualified service providers ("Potential Suppliers") for the provision of Southampton Adults Alcohol & Drug Support Service. This Procurement is being conducted in accordance with the Health Care Services (Provider Selection Regime) Regulations 2023 using the Competitive Procedure. The contract being procured is for the delivery of drug and alcohol treatment and support services. The successful supplier will deliver a full range of evidence-based interventions including harm reduction, psychosocial support, and multi-agency coordination, with pharmacological interventions provided under clinical governance. The services will operate within a recovery-oriented framework and will be person-centred, trauma-informed, and accessible to all residents of the city, including those with complex needs and those not yet ready to change their substance use. The term of the contract shall be 1st July 2026 until 30th June 2030 (i.e. 4 years) with the option to extend for up to a further period of 2 years (i.e. until 30th June 2032) at the sole discretion of the Council. The estimated contract value range is from £30,328,092 to £64,122,145 for the term of contract plus extension period. Explanation of this contract value range is provided in the procurement documentation.
Suppliers interested in bidding should register with Proactis at: https://supplierlive.proactisp2p.com/Account/Login and search for the project using reference number SPR/1000755 or RFX/1000435 or REQ/1000435. The closing date for the submission of tenders is 12 noon, Thursday 11th December 2025.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ32 - Southampton
Main site or place of performance
Southampton City - NUTS Code UK J32
The services will be provided across the City of Southampton, the local authority for which is currently Southampton City Council, a unitary local authority located in central southern Hampshire.
It is possible that the geographic area in which the services are required to be delivered may change during the course of the contract life following any implementation of proposals for local government re-organisation arising out of the English Devolution White Paper published on 16 December 2024, or any successor proposals.
two.2.4) Description of the procurement
See II.1.4. Short description above.
Suppliers interested in bidding should register with Proactis at: https://supplierlive.proactisp2p.com/Account/Login
and search for the project using reference number SPR/1000755 or RFX/1000435 or REQ/1000435. The closing date for the submission of tenders is 12 noon, Thursday 11th December 2025.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2026
This contract is subject to renewal
Yes
Description of renewals
The term of the contract shall be 1st July 2026 until 30th June 2030 (i.e. 4 years) with the option to extend for up to a further period of 2 years (i.e. until 30th June 2032) at the sole discretion of the Council.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The term of the contract shall be 1st July 2026 until 30th June 2030 (i.e. 4 years) with the option to extend for up to a further period of 2 years (i.e. until 30th June 2032) at the sole discretion of the Council.
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
Applicable Basic Selection Criteria for this procurement are as stated in the procurement documents. These include:
(01) The requirement for bidding organisations to be registered with the Care Quality Commission (CQC) for the treatment of disease, disorder or injury ("TDDI") or for the primary inspection category of community substance misuse services.
(02) The requirement for bidding organisations' clinical staff to hold valid and current professional registrations relevant to the delivery of Substance Use Disorder Services.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
List and brief description of selection criteria
Applicable Basic Selection Criteria (Technical and Professional Ability) for this procurement are as stated in the procurement documents. These include:
(01) Bidding organisations must demonstrate at least 5 years of experience delivering substance use disorder services in a community setting.
(02) The bidding organisation's staff delivering substance use disorder services such as those specified for this procurement must hold relevant qualifications and/or training in areas such as addiction treatment, trauma-informed care, motivational interviewing, or harm reduction.
(03) Bidding organisations must have robust safeguarding policies and procedures in place, including staff training, DBS checks, and escalation protocols for adults and young people at risk.
(04) Bidding organisations must have a clinical governance framework in place, including regular supervision, incident reporting, and quality assurance for SUDS delivery.
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
11 December 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
11 December 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.
six.4) Procedures for review
six.4.1) Review body
Independent Patient Choice and Procurement Panel
Contact Southampton City Council in the first instance.
Country
United Kingdom