Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Modification

Core Community Drug and Alcohol Services — Lot 2 Alcohol Specific Treatment Interventions Service

  • First published: 24 February 2021
  • Last modified: 24 February 2021

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Westminster City Council
Authority ID:
AA0062
Publication date:
24 February 2021
Deadline date:
-
Notice type:
Modification
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Lot 2 — The Public Health Department of Hammersmith and Fulham, the Royal Borough of Kensington and Chelsea and the City of Westminster are seeking to commission a provider(s) to deliver services for their populations in the provision of substance misuse services. The aim of the service is to:

• transform community services in order to bridge the gap between the needs for services and meet the changing substance misuse needs of residents across the three boroughs,

• embed a culture of active and inventive methods of service user involvement which permeate services delivery,

• embody an ethos of ambition for individual success and demonstrate a proactive approach using entrepreneurship, in developing opportunities for individual success and sustainable recovery.

The provider(s) will deliver recovery focused alcohol specific treatment interventions that will work in an integrated way with the Provider (s) of the substance misuse contract (Lot 1) and other existing contract providers and address alcohol related needs. The commissioners will work with the provider to transform adult alcohol service provision and embed a whole systems approach in order to increase the number of people able to achieve sustained recovery from dependence by providing individual support and treatment packages of care.

Full notice text

Modification notice

Modification of a contract/concession during its term

Section I: Contracting entity

I.1) Name and addresses

Westminster City Council

64 Victoria Street

London

SW1E 6QP

UK

Contact person: Westminster City Council

E-mail: tenders@westminster.gov.uk

NUTS: UKI

Internet address(es)

Main address: www.capitalesourcing.com

Address of the buyer profile: www.capitalesourcing.com

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Core Community Drug and Alcohol Services — Lot 2 Alcohol Specific Treatment Interventions Service

Reference number: 2016-040230

II.1.2) Main CPV code

85323000

 

II.1.3) Type of contract

Services

II.2) Description

Lot No: 2

II.2.1) Title

Alcohol Specific Treatment Interventions Service

II.2.2) Additional CPV code(s)

85140000

II.2.3) Place of performance

NUTS code:

UKI3


Main site or place of performance:

Westminster and the Royal Borough of Kensington and Chelsea, London.

This does not include services within the London Borough of Hammersmith and Fulham.

II.2.4) Description of the procurement

Lot 2 — The Public Health Department of Hammersmith and Fulham, the Royal Borough of Kensington and Chelsea and the City of Westminster are seeking to commission a provider(s) to deliver services for their populations in the provision of substance misuse services. The aim of the service is to:

• transform community services in order to bridge the gap between the needs for services and meet the changing substance misuse needs of residents across the three boroughs,

• embed a culture of active and inventive methods of service user involvement which permeate services delivery,

• embody an ethos of ambition for individual success and demonstrate a proactive approach using entrepreneurship, in developing opportunities for individual success and sustainable recovery.

The provider(s) will deliver recovery focused alcohol specific treatment interventions that will work in an integrated way with the Provider (s) of the substance misuse contract (Lot 1) and other existing contract providers and address alcohol related needs. The commissioners will work with the provider to transform adult alcohol service provision and embed a whole systems approach in order to increase the number of people able to achieve sustained recovery from dependence by providing individual support and treatment packages of care.

II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession

Start: 01/04/2016

End: 31/03/2021

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.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2016/S 030-048793

Section V: Award of contract/concession

Lot No: 2

Contract No: 1

Title: WCC and RBKC Alcohol Specific Treatment Interventions Service

V.2 Award of contract/concession

V.2.1) Date of conclusion of the contract/concession

12/02/2016

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor/concessionaire

Change, Grow, Live

London

UK

NUTS: UKI3

The contractor/concessionaire is an SME: No

V.2.4) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot: /concession: 27 412 184.00  EUR

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

High Court, Royal Courts of Justice

London

WC2A 2LL

UK

VI.4.2) Body responsible for mediation procedures

High Court

London

UK

VI.5) Date of dispatch of this notice

19/02/2021

Section VII: Modifications to the contract/concession

VII.1) Description of the procurement after the modifications

VII.1.1) Main CPV code

85323000

 

VII.1.2) Additional CPV code(s)

85140000

VII.1.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

Westminster and the Royal Borough of Kensington and Chelsea, London.

VII.1.4) Description of the procurement

A procurement exercise was conducted in 2016 to appoint a suitably qualified contractor who would provide alcohol specific treatment intervention services within the London borough of Westminster, the Royal Borough of Kensington and Chelsea, and Hammersmith and Fulham following the Restricted route to market.

Please note, this contract modification concerns the Westminster City Council (WCC) Contract and the Royal Borough of Kensington and Chelsea (RBKC) Contract only. The total modification values below include WCC and RBKC spend only.

VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Start: 01/04/2021

End: 30/06/2021

VII.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the procurement: 27 412 184.00 EUR

The contract/concession has been awarded to a group of economic operators: No

VII.1.7) Name and address of the contractor/concessionaire

Change, Grow, Live

London

UK

NUTS: UKI3

The contractor/concessionaire is an SME: No

VII.2) Information about modifications

VII.2.1) Description of the modifications

Modification notice to cover a 3-month extension to an existing contract covering alcohol specific treatment intervention services within Westminster and the Royal Borough of Kensington and Chelsea, London. A procurement exercise is being conducted (Notice Ref: 2020/S 045-107609) for the future provision of these services. During this procurement, Tenderers requested an extension to the mobilisation period to allow for a minimum of 3 months should a different contractor be successful. The existing contract has been extended for a period of 3 months in order to allow for a 3-month mobilisation period following the award from the procurement exercise. The existing contracts are now due to expire on 30 June 2021 with new service provision commencing on 1 July 2021.

VII.2.2) Reasons for modification

Need for additional works, services or supplies by the original contractor/concessionaire

Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:

Short term solution with a competitive exercise being conducted in parallel for future service provision. Due to the short term nature of this extension it would not have been feasible for an alternative provider to deliver these services for the 3 month period.

VII.2.3) Increase in price

Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in the case of Directive 2014/23/EU, average inflation in the Member State concerned)

Value excluding VAT: 9 710 577.00 Currency: EUR

Total contract value after the modifications

Value excluding VAT: 10 190 703.00 Currency: EUR

Coding

Commodity categories

ID Title Parent category
85323000 Community health services Social services
85140000 Miscellaneous health services Health services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
tenders@westminster.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.