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.

Contract Award Notice

Supplementary Substance Misuse Treatment and Recovery Services

  • First published: 20 March 2026
  • Last modified: 20 March 2026
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

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:
Durham County Council
Authority ID:
AA20771
Publication date:
20 March 2026
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The contract is for the provision of posts and interventions that are funded by the Supplementary Substance Misuse Treatment and Recovery and Housing Support components of the ringfenced funding within the Public Health Grant for drug and alcohol prevention, treatment and recovery. The services will be fully integrated with the County Durham Drug and Alcohol Recovery Service (CDDARS).

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Durham County Council

Corten House, Dunholme Close

Durham

DH15WB

UK

Contact person: Donna Iley

E-mail: donna.iley@durham.gov.uk

NUTS: UKC14

Internet address(es)

Main address: www.durham.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

Supplementary Substance Misuse Treatment and Recovery Services

Reference number: 003339 / 001PS

II.1.2) Main CPV code

85323000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The contract is for the provision of posts and interventions that are funded by the Supplementary Substance Misuse Treatment and Recovery and Housing Support components of the ringfenced funding within the Public Health Grant for drug and alcohol prevention, treatment and recovery. The services will be fully integrated with the County Durham Drug and Alcohol Recovery Service (CDDARS).

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 12 000 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKC14

II.2.4) Description of the procurement

The contract is for the provision of posts and interventions that are funded by the Supplementary Substance Misuse Treatment and Recovery and Housing Support components of the ringfenced funding within the Public Health Grant for drug and alcohol prevention, treatment and recovery. The services will be fully integrated with the County Durham Drug and Alcohol Recovery Service (CDDARS).

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 and the Procurement Act 2023 do not apply to this award.

The intention is to award a contract using the most suitable provider process.

The approximate value is £12,000,000

The contract period is 1/4/2026 - 31/3/2029

This is a new service with an existing provider

The decision makers is the Corporate Director Adult & Health Services.

II.2.5) Award criteria

Quality criterion: most suitable provider process with regard to the key criteria / Weighting: 100

Price / Weighting:  most suitable provider process

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Award of a contract without prior publication of a call for competition

Justification for selected award procedure:

The procurement falls outside the scope of application of the Directive

Explanation

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 standstill period begins on the day after the publication of this notice. Representations by providers must be made to decision makers by 31st March 2026. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.

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:

2099/S 001-999999

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

18/03/2026

V.2.2) Information about tenders

Number of tenders received: 1

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

V.2.3) Name and address of the contractor

Waythrough

01820492

Innovations House

Bowburn

DH6 5PF

UK

NUTS: UKC14

The contractor is an SME: Yes

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

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 12 000 000.00  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 standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by 31st March 2026. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.

Written representations should be emailed to donna.iley@durham.gov.uk

The decision maker was the Corporate Director Adult & Health Services and no conflicts of interest have been declared.

Basic Selection Criteria:

(a) suitability to pursue a particular activity:

Waythrough is registered with the Care Quality Commission (CQC) for the regulated activity of Treatment of disease, disorder or injury.

The sub-contractor Spectrum Community Health C.I.C., which provides the clinical element of the service, is also CQC registered for the regulated activities of Treatment of disease, disorder or injury and Diagnostic and screening procedures.

(b) economic and financial standing:

As the provider of CDDARS, Waythrough has provided evidence that the following levels of insurance cover are met:

• Employer's Liability Insurance = £5million

• Public Liability Insurance = £5million

• Professional Indemnity Insurance = £1million

• Motor Vehicle Insurance = third party cover as a minimum, including business use

(c) technical and professional ability:

As the provider of CDDARS, Waythrough complies with the following requirements:

• Written policies and procedures in relation to the Safeguarding of adults, children and young people, which conform with and meet the requirements of Durham County Council policies and procedures.

• Registered as a data controller with the Information Commissioner's Office.

• Compliance with the UK General Data Protection Regulations and ensure the protection of the rights of data subjects.

• All applicable employees and volunteers who are engaged on this Service have been subject to an enhanced Disclosure and Barring Service check prior to their employment.

Key Criterion 3 is considered to be the highest priority of the key criteria to ensure that there is no unnecessary fragmentation of services. Waythrough is the incumbent provider of Supplementary Substance Misuse Treatment and Recovery Services and is also the provider of CDDARS. Awarding the contract to Waythrough ensures that the overall delivery of the CDDARS and the supplementary substance misuse treatment and recovery posts and interventions will not be fragmented and will be the responsibility of a single lead provider.

The other key criteria have also been considered and provide the authority with sufficient assurance to identify Waythrough as the most suitable provider given past performance for both this contract and CDDARS and the provider's ability to continue to meet the requirements of the service over the next three years

The Intended Approach Notice (F01) was published on 13 February 2026 and no other providers expressed an interest to be considered as the most suitable provider.

VI.4) Procedures for review

VI.4.1) Review body

NHS England (PSR Review Panel)

PO Box 16738

Redditch

B97 9PT

UK

VI.5) Date of dispatch of this notice

19/03/2026

Coding

Commodity categories

ID Title Parent category
85323000 Community health services Social services
85000000 Health and social work services Other 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:
donna.iley@durham.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.