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

AT1175 Drug & Alcohol Support Service

  • First published: 10 September 2024
  • Last modified: 10 September 2024
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-049832
Published by:
Luton Council
Authority ID:
AA74707
Publication date:
10 September 2024
Deadline date:
09 October 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Luton is currently identified as a ‘Challenged Area’ by OHID in terms of drug and alcohol treatment services. This was due to a reduction in the number of those in treatment and the lack of referrals and engagement with the criminal justice system. Numbers in treatment have increased significantly, including for those on the criminal justice pathway. We are therefore looking to procure three different service lots.

Lot 1 - Luton clinical drug and alcohol treatment service – providing clinical intervention, psychosocial intervention, NICE guidelines, specialist children and young person’s service (8-24 years), in reach teams to hospital and Criminal Justice System

Lot 2 - A new support service which will work with those who are not ready or able to engage in formal structured treatment due to various complexities and interconnected needs.

Lot 3 – Luton specialist, independent drug and alcohol recovery service.

The services will form a joint alliance, offering integrated case management and utilising a robust Information Sharing Agreement. The three lots, plus the children and young person service, will be housed in separate accommodation to address the needs of the service users and providing a suitable safe space for service users on the different stages of their recovery, as per recommendations in the recent consultation.

Contract from 01 April 2025 to 31 March 2033 plus a 2 year extension to 31 March 2035.

All documents can be found on the ProContract (Proactis) e-tendering portal. Being conducted under The Health Care (PSR) Regulations 2023.

Potential for additional grant funding to take contract value to £40,000,000, no guarantees.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Luton Council

Town Hall, George Street

Luton

LU1 2BQ

UK

Contact person: Mrs Caroline Sturman

E-mail: caroline.sturman@luton.gov.uk

NUTS: UK

Internet address(es)

Main address: http://www.luton.gov.uk

Address of the buyer profile: http://www.luton.gov.uk

I.3) Communication

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

https://procontract.due-north.com


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com


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

AT1175 Drug & Alcohol Support Service

Reference number: DN727009

II.1.2) Main CPV code

85323000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Luton is currently identified as a ‘Challenged Area’ by OHID in terms of drug and alcohol treatment services. This was due to a reduction in the number of those in treatment and the lack of referrals and engagement with the criminal justice system. Numbers in treatment have increased significantly, including for those on the criminal justice pathway. We are therefore looking to procure three different service lots.

Lot 1 - Luton clinical drug and alcohol treatment service – providing clinical intervention, psychosocial intervention, NICE guidelines, specialist children and young person’s service (8-24 years), in reach teams to hospital and Criminal Justice System

Lot 2 - A new support service which will work with those who are not ready or able to engage in formal structured treatment due to various complexities and interconnected needs.

Lot 3 – Luton specialist, independent drug and alcohol recovery service.

The services will form a joint alliance, offering integrated case management and utilising a robust Information Sharing Agreement. The three lots, plus the children and young person service, will be housed in separate accommodation to address the needs of the service users and providing a suitable safe space for service users on the different stages of their recovery, as per recommendations in the recent consultation.

Contract from 01 April 2025 to 31 March 2033 plus a 2 year extension to 31 March 2035.

All documents can be found on the ProContract (Proactis) e-tendering portal. Being conducted under The Health Care (PSR) Regulations 2023.

Potential for additional grant funding to take contract value to £40,000,000, no guarantees.

II.1.5) Estimated total value

Value excluding VAT: 38 100 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

II.2) Description

Lot No: 1,2,3

II.2.2) Additional CPV code(s)

85323000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Luton is currently identified as a ‘Challenged Area’ by OHID in terms of drug and alcohol treatment services. This was due to a reduction in the number of those in treatment and the lack of referrals and engagement with the criminal justice system. Following efforts over the last 18 months, by the Provider and Luton Council public health team, numbers in treatment have increased significantly, including for those on the criminal justice pathway. We are therefore looking to procure three different service lots.

Lot 1 - Luton clinical drug and alcohol treatment service – providing clinical intervention, psychosocial intervention, NICE guidelines, specialist children and young person’s service (8-24 years), in reach teams to hospital and Criminal Justice System

Lot 2 - A new support service which will work with those who are not ready or able to engage in formal structured treatment due to various complexities and interconnected needs.

Lot 3 – Luton specialist, independent drug and alcohol recovery service.

The services will form a joint alliance, offering integrated case management and utilising a robust Information Sharing Agreement. The three lots, plus the children and young person service, will be housed in separate accommodation to address the needs of the service users and providing a suitable safe space for service users on the different stages of their recovery, as per recommendations in the recent consultation.

It is recommended that recovery should sit independently from treatment, so each specialism can focus on their own areas to achieve the joint ambition of reduce the harms caused by drugs and alcohol in Luton.

The independent recovery system will:

• help to reduce risk of relapse by a reduction in trigger points; service users not having to attend the treatment service- a place that they may associate with their substance use, reducing the interaction with people still in active addiction, reducing contact with those who may try and exploit others- recovery can be a very vulnerable time.

• support a tailored approach; recovery is subjective to each individual’s needs and accountability, with many people choosing different beliefs and methods to achieve their recovery goals.

• provide an increased focus and clear path for those in treatment, enabling them to move on from clinical treatment into recovery with ongoing structured support.

• help focus on the social components of treatment journeys by building recovery capital. Encouraging and identifying robust protective factors that underpin recovery such as the repair of relationships, support networks & engagement in their community.

• provide easy access to recovery support for those who may have managed their journey from dependency without accessing clinical treatment.

• bring together recovery partners in the community, including the Recovery College, mutual aid and fellowship services.

Contract from 01 April 2025 to 31 March 2033 plus a 2 year extension to 31 March 2035.

All documents can be found on the ProContract (Proactis) e-tendering portal. Being conducted under The Health Care (PSR) Regulations 2023.

Potential for additional grant funding to take contract value to £40,000,000, no guarantees.

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

Duration in months: 120

This contract is subject to renewal: No

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: 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 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:

The named organisation must be registered with the Care Quality Commission (CQC).

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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: 09/10/2024

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 09/10/2024

Local time: 12:15

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

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

HIGH COURT OF JUSTICE

LONDON

UK

VI.5) Date of dispatch of this notice

05/09/2024

Coding

Commodity categories

ID Title Parent category
85323000 Community health services Social 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:
caroline.sturman@luton.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.