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 Notice

Southampton Adults Alcohol & Drug Support Service

  • First published: 12 November 2025
  • Last modified: 12 November 2025
  • Version: N/A
  • 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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-05df19
Published by:
Southampton City Council
Authority ID:
AA20843
Publication date:
12 November 2025
Deadline date:
11 December 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Southampton City Council ("the Council") invites Tenders from suitably qualified service providers ("Potential Suppliers") for the provision of Southampton Adults Alcohol & Drug Support Service. This Procurement is being conducted in accordance with the Health Care Services (Provider Selection Regime) Regulations 2023 using the Competitive Procedure. The contract being procured is for the delivery of drug and alcohol treatment and support services. The successful supplier will deliver a full range of evidence-based interventions including harm reduction, psychosocial support, and multi-agency coordination, with pharmacological interventions provided under clinical governance. The services will operate within a recovery-oriented framework and will be person-centred, trauma-informed, and accessible to all residents of the city, including those with complex needs and those not yet ready to change their substance use. The term of the contract shall be 1st July 2026 until 30th June 2030 (i.e. 4 years) with the option to extend for up to a further period of 2 years (i.e. until 30th June 2032) at the sole discretion of the Council. The estimated contract value range is from £30,328,092 to £64,122,145 for the term of contract plus extension period. Explanation of this contract value range is provided in the procurement documentation.

Suppliers interested in bidding should register with Proactis at: https://supplierlive.proactisp2p.com/Account/Login and search for the project using reference number SPR/1000755 or RFX/1000435 or REQ/1000435. The closing date for the submission of tenders is 12 noon, Thursday 11th December 2025.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Southampton City Council

Civic Centre, Civic Centre Road

Southampton

SO147LY

UK

Contact person: Simon Crouch

E-mail: procurement@southampton.gov.uk

NUTS: UKJ32

Internet address(es)

Main address: www.southampton.gov.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.southampton.gov.uk/business-licensing/supply-council/supply-portal/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.southampton.gov.uk/business-licensing/supply-council/supply-portal/


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

Southampton Adults Alcohol & Drug Support Service

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Southampton City Council ("the Council") invites Tenders from suitably qualified service providers ("Potential Suppliers") for the provision of Southampton Adults Alcohol & Drug Support Service. This Procurement is being conducted in accordance with the Health Care Services (Provider Selection Regime) Regulations 2023 using the Competitive Procedure. The contract being procured is for the delivery of drug and alcohol treatment and support services. The successful supplier will deliver a full range of evidence-based interventions including harm reduction, psychosocial support, and multi-agency coordination, with pharmacological interventions provided under clinical governance. The services will operate within a recovery-oriented framework and will be person-centred, trauma-informed, and accessible to all residents of the city, including those with complex needs and those not yet ready to change their substance use. The term of the contract shall be 1st July 2026 until 30th June 2030 (i.e. 4 years) with the option to extend for up to a further period of 2 years (i.e. until 30th June 2032) at the sole discretion of the Council. The estimated contract value range is from £30,328,092 to £64,122,145 for the term of contract plus extension period. Explanation of this contract value range is provided in the procurement documentation.

Suppliers interested in bidding should register with Proactis at: https://supplierlive.proactisp2p.com/Account/Login and search for the project using reference number SPR/1000755 or RFX/1000435 or REQ/1000435. The closing date for the submission of tenders is 12 noon, Thursday 11th December 2025.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKJ32


Main site or place of performance:

Southampton City - NUTS Code UK J32

The services will be provided across the City of Southampton, the local authority for which is currently Southampton City Council, a unitary local authority located in central southern Hampshire.

It is possible that the geographic area in which the services are required to be delivered may change during the course of the contract life following any implementation of proposals for local government re-organisation arising out of the English Devolution White Paper published on 16 December 2024, or any successor proposals.

II.2.4) Description of the procurement

See II.1.4. Short description above.

Suppliers interested in bidding should register with Proactis at: https://supplierlive.proactisp2p.com/Account/Login

and search for the project using reference number SPR/1000755 or RFX/1000435 or REQ/1000435. The closing date for the submission of tenders is 12 noon, Thursday 11th December 2025.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start: 01/07/2026

This contract is subject to renewal: Yes

Description of renewals:

The term of the contract shall be 1st July 2026 until 30th June 2030 (i.e. 4 years) with the option to extend for up to a further period of 2 years (i.e. until 30th June 2032) at the sole discretion of the Council.

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: Yes

Description of options:

The term of the contract shall be 1st July 2026 until 30th June 2030 (i.e. 4 years) with the option to extend for up to a further period of 2 years (i.e. until 30th June 2032) at the sole discretion of the Council.

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 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:

Applicable Basic Selection Criteria for this procurement are as stated in the procurement documents. These include:

(01) The requirement for bidding organisations to be registered with the Care Quality Commission (CQC) for the treatment of disease, disorder or injury ("TDDI") or for the primary inspection category of community substance misuse services.

(02) The requirement for bidding organisations' clinical staff to hold valid and current professional registrations relevant to the delivery of Substance Use Disorder Services.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

List and brief description of selection criteria:

Applicable Basic Selection Criteria (Technical and Professional Ability) for this procurement are as stated in the procurement documents. These include:

(01) Bidding organisations must demonstrate at least 5 years of experience delivering substance use disorder services in a community setting.

(02) The bidding organisation's staff delivering substance use disorder services such as those specified for this procurement must hold relevant qualifications and/or training in areas such as addiction treatment, trauma-informed care, motivational interviewing, or harm reduction.

(03) Bidding organisations must have robust safeguarding policies and procedures in place, including staff training, DBS checks, and escalation protocols for adults and young people at risk.

(04) Bidding organisations must have a clinical governance framework in place, including regular supervision, incident reporting, and quality assurance for SUDS delivery.


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: 11/12/2025

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: 11/12/2025

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.

VI.4) Procedures for review

VI.4.1) Review body

Independent Patient Choice and Procurement Panel

Contact Southampton City Council in the first instance.

UK

VI.5) Date of dispatch of this notice

11/11/2025

Coding

Commodity categories

ID Title Parent category
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:
procurement@southampton.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.