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