Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Cambridgeshire County Council
New Shire Hall Emery Crescent Enterprise Campus,
Alconbury Weald, Huntingdon
PE284YE
UK
E-mail: sarah.fuller@cambridgeshire.gov.uk
NUTS: UKH12
Internet address(es)
Main address: https://www.cambridgeshire.gov.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://procontract.due-north.com/Opportunities/Index?p=ea3edb62-3a92-eb11-810c-005056b64545&v=2
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/Opportunities/Index?p=ea3edb62-3a92-eb11-810c-005056b64545&v=2
Tenders or requests to participate must be sent to the abovementioned address
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
24093 Adult Integrated Drug and Alcohol Treatment and Recovery System
Reference number: 24093
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
Cambridgeshire County Council is inviting tenders for specialist drug and alcohol treatment and recovery provision for adults (age 18+) commissioned through an Adult Integrated Drug and Alcohol Treatment and Recovery System contract.
The Cambridgeshire core Adult Drug and Alcohol Treatment Service (age 18 years +) provides all elements of drug and alcohol support, treatment and recovery including:
• Prevention & Education
• Early intervention advice and support
• Pharmacological treatment
• Harm reduction services
• Pharmacy delivered services (including needle and syringe programmes, THN and supervised dispensing)
• Psychosocial support
• Recovery support
• Community/inpatient detox, and residential rehabilitation
• Workforce/stakeholder training
The contract is anticipated to commence on 1 April 2026 and will continue for a period of two years unless terminated in accordance with the Conditions of Contract.
There is the potential for two contract extensions, the first is an extension of two years, the second is an extension of three years, making a total possible contract length of seven years. The extensions depend on both the success in achieving the required outcomes and availability of further funding.
Note: a preliminary market engagement exercise was completed, and advertised on Find-a-Tender Service (notice identifier: 2025/S 000-035525)
II.1.5) Estimated total value
Value excluding VAT:
47 861 324.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKH12
II.2.4) Description of the procurement
The estimated total value of the contract over the total contract period is a maximum value of £47,861,324 (excluding VAT) and subject to grant funding being received by the Authority at the same level as 2025-26, but no guarantee is given as to the actual value of the contract under that maximum.
The total value of the contract is made up of two elements:
• Core funding - £35,423,990
• External grant funding (not confirmed) - £12,437,334
II.2.5) Award criteria
Criteria below:
Quality criterion: PSR key criteria 1 - Quality and innovation
/ Weighting: 30
Quality criterion: PSR key criteria 2 - Value
/ Weighting: 15
Quality criterion: PSR key criteria 3 - Integration, collaboration and service sustainability
/ Weighting: 25
Quality criterion: PSR key criteria 4 - Improving access, reducing health inequalities and facilitating choice
/ Weighting: 20
Quality criterion: PSR key criteria 5 - Social value
/ Weighting: 10
Price
/ Weighting:
Incl. in value criteria
II.2.6) Estimated value
Value excluding VAT:
47 861 324.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2026
End:
31/03/2028
This contract is subject to renewal: Yes
Description of renewals:
There is the potential for two contract extensions, the first is an extension of two years, the second is an extension of three years, making a total possible contract length of seven years. The extensions depend on both the success in achieving the required outcomes and availability of further funding.
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:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) 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.
To register an interest in this procurement and access the procurement documentation:
- Go to this page: https://procontract.due-north.com/Opportunities/Index?p=ea3edb62-3a92-eb11-810c-005056b64545&v=2
- Click on the hyper link named "24093 Adult Integrated Drug and Alcohol Treatment and Recovery System"
- Click on the green button named "Login and register interest in this opportunity"
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:
Basic selection criteria is set out in the procurement documents and the questionnaire within ProContract
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:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
22/09/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
22/09/2025
Local time: 12:01
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.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.
The documentation is available via the ProContract link within this advert.
VI.4) Procedures for review
VI.4.1) Review body
Cambridgeshire County Council
New Shire Hall, Emery Crescent, Alconbury Weald
Huntingdon
PE28 4YE
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
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.
The standstill period will begin on the day after the notice of intention to award is published on Find-a-Tender Service. Any representations to the process must be received before midnight on the eighth working day after that day.
Representations must be sent to the Authority in writing via ProContract's messaging function with reasons why the provider believes that the Authority has failed to apply the PSR correctly.
The provider must be able to set out reasonable grounds to support its belief. If any representations are received by the Authority during the standstill period, then it will remain open until the authority considers the representations and relevant information before making a further decision and submitting its formal response.
If the bidder wishes to continue with its representation after the Authority's formal response, then they will need to contact The Independent Patient Choice and Procurement Panel detailed below.
The Independent Patient Choice and Procurement panel will be responsible for reviewing representations in relation to the Provider Selection Regime (PSR). To use the Independent Patient Choice and Procurement Panel, bidders should read the terms on the NHS England website and email: england.procurementpanelinfo@nhs.net
VI.5) Date of dispatch of this notice
11/08/2025