Tender

Substance Use Recovery Interventions for Justice Services (Previously Offender Intervention)

  • Police and Crime Commissioner for South Wales

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-086470

Procurement identifier (OCID): ocds-h6vhtk-05fe43 (view related notices)

Published 30 December 2025, 3:07pm



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

This table contains award criteria for this lot
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

Email: swp-procurement@south-wales.police.uk

Region: UKL17 - Bridgend and Neath Port Talbot

Organisation type: Public authority - sub-central government