Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Rotherham Borough Council
Riverside House, Main Street
Rotherham
S601AE
UK
Contact person: Lorna Byne
Telephone: +44 1709334159
E-mail: lorna.byne@rotherham.gov.uk
NUTS: UKE31
Internet address(es)
Main address: http://www.rotherham.gov.uk
Address of the buyer profile: https://yortender.eu-supply.com/login.asp?B=YORTENDER
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://yortender.eu-supply.com/login.asp?B=YORTENDER
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://yortender.eu-supply.com/login.asp?B=YORTENDER
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
All Age Alcohol and Drug Treatment and Recovery Service
Reference number: 25-192
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
The Council requires an all-age Alcohol and Drug Treatment and Recovery service. Specialised pathways will be developed by the service provider to ensure that all cohorts of service users, receive the support they need from a single provider regardless of how they enter the service.
It is anticipated that the contract will commence on 23/01/2027 and will run for a period of 26 months and nine (9) days making the expiry date 31/03/2029. The extension rights in this contract will be in any combination of extension(s) up to a maximum of forty-eight (48) months.
II.1.5) Estimated total value
Value excluding VAT:
27 872 354.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85111400
85149000
85312500
85323000
II.2.3) Place of performance
NUTS code:
UKE31
Main site or place of performance:
Within the Borough of Rotherham - The service will be delivered in part from a central base, within Rotherham town centre, but also operate from community venues to improve accessibility. Both the central base and these venues are for the service provider to establish.
II.2.4) Description of the procurement
The Council requires an all-age Alcohol and Drug Treatment and Recovery service. Specialised pathways will be developed by the service provider to ensure that all cohorts of service users, receive the support they need from a single provider regardless of how they enter the service.
The service will deliver a range of interventions, including providing a wider prevention and education offer to other professionals, support to families and input to other local delivery agendas. The service will cover advice, treatment and recovery and will be available to all Rotherham residents who require support with substance misuse including problems with prescribed and over the counter medication.
The service provider will be required to have recognisable separate alcohol and drug pathways to ensure that each service user cohort receives the best support in line with national guidance and best practice. The service provider will need to deliver a comprehensive community alcohol offer that will work in a primary care setting.
The service provider will offer a complete range spanning information and advice, screening, brief interventions, structured psychosocial interventions and pharmacological treatments (including stabilisation, reduction, detoxification, relapse prevention medication and care co-ordination for residential rehabilitation).
The service will be delivered in part from a central base, within Rotherham town centre, but also operate from community venues to improve accessibility. Both the central base and these venues are for the service provider to establish.
The Council is looking to impose a requirement for sub-contracting, which may involve novation of some existing sub-contracts to the new service provider. The Council is not dictating which nominated sub-contractors shall be used. The new service provider will also be responsible for sub-contracting of pharmacies to provide supervised consumption of medications and also for GP practices who deliver care to patients under a shared care agreement with the service provider's lead clinician in the service.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 26
This contract is subject to renewal: Yes
Description of renewals:
This will be determined by the Council as part of its commissioning options prior to the end of this contract.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
It is anticipated that the contract will commence on 23/01/2027 and will run for a period of 26 months and nine (9) days making the expiry date 31/03/2029. The extension rights in this contract will be in any combination of extension(s) up to a maximum of forty-eight (48) months.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As stated in the tender documents - All tenders will be evaluated against pre-determined evaluation criteria as provided in the tender documents which has been designed by the Council (in accordance with Schedule 16 - Basic Selection Criteria of the Health Care Services (Provider Selection Regime) Regulations) to identify the successful provider.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2026/S 000-017862
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
06/05/2026
Local time: 10:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
06/05/2026
Local time: 10:05
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.3) Additional information
The value of the contract is calculated based on the Council's budget (revenue funding from the Council's Public Health Grant settlement ring-fenced for alcohol and drug services) and the allocation of the Drug and Alcohol Grant (Supplementary Substance Misuse Treatment and Recovery (SSMTR) grant) aggregated together to give the budget available for the initial contract term of twenty-six months and nine days, for financial purposes calculated at 2 years, 9 weeks and 5 days.
The Council has permitted an increase to the provider's charges in line with CPI from April 2028 to end March 2029 (which is the final year of the initial term for the new contract).It should be noted that this uplift is applicable only to the Council's Public Health Grant settlement ring-fenced for alcohol and drug service, and not the Drug and Alcohol Grant (SSMTR). CPI will be applied therefore to this part of the funding and will be calculated using the published CPI value from September 2027.
The decision on the value of the Drug and Alcohol (SSMTR) grant allocated to these services is determined through a structure overseen by the Combatting Drugs Partnership and agreed with the Office for Health Improvement and Disparities. This is ratified by a Council Cabinet decision (currently annually) with delegation to the Director of Public Health.
The SSMTR grant allocation is not known beyond 31 March 2029, therefore should extension term(s) be enacted, this may be at a reduced annual contract value to the initial term of 26 months and nine days.
Furthermore, there is no known uplift applied to the SSMTR grant. Therefore, should extension years after the initial term be enacted with the continuation of the SSMTR grant, the provider will receive an uplift in line with CPI (as indicated in the contract terms and conditions) for the core funded element of the service, being approximately 73.6% of the contract value only. This will be based on the CPI figure taken from the September prior to the extension year term, meaning that the first opportunity to extend the contract from April 2029 will also apply an uplift in line using the CPI value from September 2028 for the value of approximately 73.6% core budget only.
The calculation above of the overall contract value, inclusive of the possible extension term, does not include the CPI uplift as this is not known at the time of tender publication but will be addressed within the new contract. It does, however, include an assumption that the Drug and Alcohol Grant (SSMTR) will be available to the same rate to give the maximum contract value, prior to any uplift.
The proposed contract value includes 5 placements for residential rehabilitation as included in the specification, an additional budget for residential rehabilitation placements that are over and above the 5 placements per annum will be charged back to the Council. Any further placements above the 5 will be invoiced on a separate line to allow the Council to monitor the budget separately.
The Council will confirm this budget for the first 2 months and 9 days of the contract to account for people already placed by the incumbent provider prior to transition. This will be confirmed in contract mobilisation.
It is anticipated that the contract will commence on 23/01/2027 and will run for a period of 26 months and nine (9) days making the expiry date 31/03/2029. The extension rights in this contract will be in any combination of extension(s) up to a maximum of forty-eight (48) months.
The Council is committed to a performance and evidence-based approach to social value. Based on the Social Value Themes, Outcomes and Measures ("TOMs") SystemTM developed by the Social Value Portal. Bidders are required to propose credible targets against which performance (for the successful supplier) will be monitored. The social value measurement framework used in this tender process has been tailored to reflect the specific needs of the Council using the TOMs System and bidders will be given access to them after registering on the Social Value Portal.
The Social Value bid submission must be made via the Social Value Portal. Please note whilst there is no charge for bidders to access the Social Value Portal for the purpose of responding to this tender, you are unable to use a free-trial account to submit a bid against a tender. Please search for project reference Sl0-0000-3m9KD and access the link provided in the tender documentation as follows:- https://app.socialvalueportal.com/s/supplierregistration?svpprojectid=Sl0-0000-3m9KD
For the successful bidder that is subsequently awarded the contract there is a charge of 0.2% in year one and 0.15% in subsequent years. The fee is paid annually in advance of each year of the contract, with payment terms being 30 days from date of invoice.
The incumbent supplier of this service consider that the Transfer of Undertakings (Protection of Employment) Regulations 2006, as amended by the Collective Redundancies and Transfer of Undertakings (Protection of Employment) Regulations 2014 apply to this contract.
There will be no variants accepted to the specification or terms and conditions.
The Council is running an openly advertised competitive process through a single-stage tender without restriction on who can submit tenders.
A Preliminary Market Update Event was held on Wednesday 4 March 2026 Find a Tender with Notice identifier: 2026/S 000-017862 published 27 February 2026. A copy of the slides and supporting information are published with the tender pack.
Providers interested in bidding for this opportunity can access the tender documents Free of Charge by registering at YORtender and searching for the YORtender ID 100109107.
All questions relating to this process must be conducted via the portal.
Bidders are advised to read the full tender pack before commencing a bid for this opportunity.
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 or the Procurement Act 2023 do not apply to this award.
VI.4) Procedures for review
VI.4.1) Review body
Independent Patient Choice & Procurement Panel
NHS England, PO Box 16738
Redditch
B97 9PT
UK
E-mail: england.choice@nhs.net
VI.5) Date of dispatch of this notice
01/04/2026