Scope
Reference
JCPS0750.1 (previoulsy JCPS0750)
Description
The original tender JCPS0750 was cancelled on 29.12.2025. The procurement is being re-opened due to an amendment to the mandatory pass/fail Information Security question in the Supplier Questionnaire (SQ) and amendments to paragraph 14.4 and 19.2 of the specification.
Linked notice references:
UK1: Pipeline notice - Procurement Act 2023
Notice identifier: 2025/S 000-019615
Procurement identifier (OCID): ocds-h6vhtk-050e7b
Published 8 May 2025, 10:33am
UK2: Preliminary market engagement notice
Notice identifier: 2025/S 000-035122
Procurement identifier (OCID): ocds-h6vhtk-050e7b
Published 25 June 2025, 2:47pm
UK3: Planned procurement notice - Procurement Act 2023
Notice identifier: 2025/S 000-035049
Procurement identifier (OCID): ocds-h6vhtk-050e7b (view related notices)
Published 25 June 2025, 12:42pm
UPDATED CONTRACT TITLE : Substance Use Recovery Interventions for Justice Services (previously Offender Intervention)
UPDATED CONTRACT REFERENCE: JCPS0750.1 (was JCPS0750)
UPDATED CONTRACT LENGTH - New contract length 2+1 due to the recent changes to Police and Crime Commissioners role ending in 2028.
UPDATED PROCEDURE - Now Open Procedure
Description
South Wales Police (the Commissioner) is the lead contracting party for Substance Use Recovery Interventions for Justice Services (previously Offender Intervention) for Cardiff and the Vale of Glamorgan, Cwm Taf Morgannwg and the public sector prisons of His Majesty's Prisons Cardiff, Usk and Prescoed . The Services are also commissioned on behalf of His Majesty's Prison and Probation Service Wales.
The Contractor shall deliver the Service, ensuring drug and/or alcohol related offending is addressed by assessing, engaging and diverting Service Users out of crime and into appropriate interventions , reducing the risk of harm to Service Users and their families, peers and their wider communities.
The Contractor shall support the reduction of drug and/or alcohol related offending in accordance with the:
• Commissioner's Police, Crime and Justice Plan
• HMPPS priorities
• Wales Reducing Re-offending Strategy
• His Majesty's Inspectorate of Prisons (HMIP) report findings
• His Majesty's Inspectorate of Constabulary (HMIC) report findings
• Integrated Offender Management Cymru Strategic Framework and Delivery Manual
The Contractor shall ensure the Service identifies and considers the barriers that individuals or groups may face in engaging with such Services and mitigate these to enable equity of Service.
Whilst the Commissioner is the sole contractual party, the Contractor is required to develop and sustain close working relationships with a number of other organisations in
order to provide an effective Service throughout the Contract Period. Such organisations shall include (but not be limited to):
• Area Planning Boards ("APB's") for substance misuse in CAV and CTM
• HMPPS
• His Majesty's Courts and Tribunals Service
• South Wales Police (SWP)
• Local Health Boards
• Local Authorities
• Housing Contractors
• Other substance use services in Wales
• Others named or referred to throughout this Specification
The Contractor shall provide the Service in accordance with the:
• Welsh Government Substance Misuse Treatment Frameworks (SMTF)
• The objectives of South Wales Criminal Justice Board
• HMPPS in Wales Reducing Reoffending Plan
The Contractor shall provide assessment, diversion and engagement Services to adults, whose offending behaviour or criminogenic need is linked to substance use. The Contractor shall deliver the Services within custody suites, courts, community and the prison estate to Service Users who reside , or would normally be expected to reside*, within the following unitary local authority areas, namely:
i. Bridgend
ii. Cardiff
iii. Vale of Glamorgan
iv. Rhondda Cynon Taf
v. Merthyr Tydfil
(*NB - currently in the prison estate within the UK and returning to one of the above local authority areas upon release, or those currently having no fixed /settled address but rough
sleeping/staying within the area.)
The Contractor shall ensure that the Service is provided at all locations:
• With appropriate space available to offer group or private 1:1 support;
• With appropriate space in which to deliver the Service in an environment which meets the diverse needs and requirements of each Service User.
Bidders should note, optional requirements for additional location(s)/premise(s) have been included in the specification. The additional premise(s)/location(s) will be within the South
Wales Police force area - this is not required at the moment but may be required during the Contract Period.
Total value (estimated)
- £6,300,000 excluding VAT
- £7,560,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 April 2026 to 31 March 2028
- Possible extension to 31 March 2029
- 3 years
Description of possible extension:
One x 12 month extension
Main procurement category
Services
CPV classifications
- 85100000 - Health services
- 85300000 - Social work and related services
Contract locations
- UKL15 - Central Valleys
- UKL17 - Bridgend and Neath Port Talbot
- UKL22 - Cardiff and Vale of Glamorgan
Participation
Technical ability conditions of participation
Health Inspectorate Wales registration - Further information supplied in the ITT and the Supplier Questionnaire
Information Security - Further information supplied in the ITT and the Supplier Questionnaire
Submission
Enquiry deadline
13 January 2026, 12:00pm
Tender submission deadline
20 January 2026, 12:00pm
Submission address and any special instructions
All documents are available and to be submitted via:
eTenderWales website https://etenderwales.bravosolution.co.uk
code itt_122228
Tenders may be submitted electronically
Yes
Languages that may be used for submission
- Welsh
- English
Award decision date (estimated)
28 January 2026
Award criteria
| Name | Description | Type | Weighting |
|---|---|---|---|
| Technical Envelope | THIS IS NOW AN OPEN PROCEDURE. Detailed award criteria is outlined in Part 4 of the ITT. |
Quality | 80% |
| Commercial Envelope | Price | 20% |
Other information
Payment terms
Outlined in ITT document
Description of risks to contract performance
Outlined in ITT document
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Special regime
Light touch
Reduced tendering period
Yes
Light touch contract - no minimum
Justification for not publishing a preliminary market engagement notice
Preliminary market engagement Notice Reference -
Notice identifier: 2025/S 000-035122
Procurement identifier (OCID): ocds-h6vhtk-050e7b
Published 25 June 2025, 2:47pm
Preliminary market engagement held 16th July 2025. All Q&A and marketing materials are available to view with the tender documents.
Documents
Associated tender documents
https://etenderwales.ukp.app.jaggaer.com/home.html
All documents are available via:
eTenderWales website https://etenderwales.bravosolution.co.uk
code: itt_122228
Technical specifications to be met
https://etenderwales.bravosolution.co.uk
All documents are available via:
eTenderWales website https://etenderwales.bravosolution.co.uk
code: itt_122228
Contracting authority
Police and Crime Commissioner for South Wales
- Public Procurement Organisation Number: PYVQ-9856-GTXR
Cowbridge Road
BRIDGEND
CF31 3SU
United Kingdom
Contact name: Sarah Fry
Region: UKL17 - Bridgend and Neath Port Talbot
Organisation type: Public authority - sub-central government