Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Warwickshire County Council
Shire Hall,Market Square
WARWICK
CV344RL
UK
E-mail: emilymousa@warwickshire.gov.uk
NUTS: UKG13
Internet address(es)
Main address: https://www.warwickshire.gov.uk/
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
WCC - Drug and Alcohol Treatment and Recovery Services (Adults and CYP)
Reference number: WCC - 20290
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
Warwickshire County Council (the Council) is seeking to commission a single provider for each Lot (but a successful provider may be awarded both Lots) to provide Drug and Alcohol Services for; Lot 1 Lot 1 Adult Drug and Alcohol Treatment and Recovery Service and Lot 2 Lot 2 Children and Young People's Drug and Alcohol Services. Bidders may submit tenders for either or both Lots. If bidders are submitting for both Lots a separate submission must be made for each Lot.
Contract Commencement: 1st May 2025
Contract End Date: 30th April 2030
The initial contract term will be for 5 years however the Council reserves the right to extend the contract by further periods not exceeding 2+2+1 years (5 being the maximum available extension period) at the discretion of the Council based on the satisfactory contract performance of the successful applicant and funding availability.
During the course of the contract period the range and scope of these services may be subject to modification and variation to meet the changing needs and requirements of the Council, potential changes in legislation and the changing demands placed on the Council by its customers.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
4 352 855.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 Adult Drug and Alcohol Treatment and Recovery Service
II.2.2) Additional CPV code(s)
85312500
II.2.3) Place of performance
NUTS code:
UKG
II.2.4) Description of the procurement
The Provider of Lot 1 will deliver a CQC registered and inspected service to support individuals aged 18 and over in Warwickshire with drug and alcohol support needs. The core aims of the service are to provide a behaviour change approach to meeting the needs and outcomes of those using the services. The Provider will deliver evidence-based psychosocial and clinical interventions including, but not limited to, 1 to 1 and group support, harm reduction interventions, substitute prescribing, community-based detoxification and stabilisation, BBV screening, testing and treatment and recovery support.
The scope of Lot 1 also includes the requirement to sub-contract with Community Pharmacies for the substance misuse services they provide (Supervised Consumption and Needle Syringe Programme) and Tier 4 Providers of inpatient detoxification and residential rehabilitation provision.
This is a Provider Selection Regime (PSR) intention to award 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.
Estimated lifetime value of contract for Lot 1 £3,862,855
This is an existing service with an existing provider
Contract Commencement: 1st May 2025
Contract End Date: 30th April 2030
The initial contract term will be for 5 years however the Council reserves the right to extend the contract by further periods not exceeding 2+2+1 years (5 being the maximum available extension period) at the discretion of the Council based on the satisfactory contract performance of the successful applicant and funding availability.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 80
Cost criterion: Cost
/ Weighting: 20
II.2.11) Information about options
Options:
Yes
Description of options:
The initial contract term will be for 5 years however the Council reserves the right to extend the contract by further periods not exceeding 2+2+1 years (5 being the maximum available extension period) at the discretion of the Council based on the satisfactory contract performance of the successful applicant and funding availability.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Lot 2 Children and Young People's Drug and Alcohol Services
II.2.2) Additional CPV code(s)
85312500
II.2.3) Place of performance
NUTS code:
UKG
II.2.4) Description of the procurement
The Provider of Lot 2 will support children and young people aged between 5 and 25 years who have substance misuse at a level where it disrupts the young person's functioning potentially causing longer term harm or are affected by a parent/carer's substance misuse. The Provider will deliver evidence-based, age-appropriate Tier 1, Tier 2 and Tier 3 interventions to children and young people affected by alcohol and / or drugs. The aim will be to improve physical and mental health and wellbeing and help prevent the development of substance misuse issues. The Provider will raise awareness of substance misuse, deliver brief advice and deliver targeted and specialist interventions in 1 to 1 and group settings. The service will offer harm reduction advice and facilitate access to enhanced harm reduction, pharmacological interventions and Tier 4 treatment by working with the Provider of Lot 1.
The Provider will offer flexible, predominantly outreach support, in a variety of sites, including co-location with other providers, to improve communication and encourage referrals and joint working. If the Provider chooses to lease premises all costs related to the lease and upkeep of premises shall be met by the Provider.
This is a Provider Selection Regime (PSR) intention to award 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.
Estimated lifetime value of contract for Lot 2 £490,000
This is an existing service with an existing provider
Contract Commencement: 1st May 2025
Contract End Date: 30th April 2030
The initial contract term will be for 5 years however the Council reserves the right to extend the contract by further periods not exceeding 2+2+1 years (5 being the maximum available extension period) at the discretion of the Council based on the satisfactory contract performance of the successful applicant and funding availability.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 80
Cost criterion: Cost
/ Weighting: 20
II.2.11) Information about options
Options:
Yes
Description of options:
The initial contract term will be for 5 years however the Council reserves the right to extend the contract by further periods not exceeding 2+2+1 years (5 being the maximum available extension period) at the discretion of the Council based on the satisfactory contract performance of the successful applicant and funding availability.
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 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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-029572
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
20/11/2024
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Change Grow Live
1079327
East Sussex
UK
NUTS: UKG
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 4 352 855.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
This is a Provider Selection Regime (PSR) intention to award 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 publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by the 9th December at 24:00hrs (midnight). This contract has not yet been formally awarded; this notice serves as an intention to award a contract under the competitive process of PSR.
The address where written representations should be made is:
Warwickshire Legal Services, Shire Hall, Market Place, Warwick, Warwickshire, CV34 4RL.
The tender required bidders to price for a Drug and Alcohol service. The evaluation model comprised 70% non-price, 20% price and 10% Social Value.
Award decision makers: The Executive Director for Social Care and Health and the Director of Public Health.
No declared or potential conflicts of interest were identified during the process.
The chosen providers were selected due to achieving the highest scores across the key criteria used. The providers have been assessed and passed against the relevant key criteria and basic criteria.
VI.4) Procedures for review
VI.4.1) Review body
High Court for England and Wales
London
UK
VI.5) Date of dispatch of this notice
27/11/2024