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.

02 Contract Notice

Neath Port Talbot and Swansea Substance Use (Drug & Alcohol) Alliance

  • First published: 14 February 2025
  • Last modified: 14 February 2025
  • Record interest

     

  • 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)

Contents

Summary

OCID:
ocds-kuma6s-139455
Published by:
Neath Port Talbot County Borough Council
Authority ID:
AA0274
Publication date:
14 February 2025
Deadline date:
20 March 2025
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The Western Bay Planning Board is seeking a partnership of providers to work collaboratively with to transform drug and alcohol clinical and support services across Swansea and Neath Port Talbot. Further details are set out in section II.2.4 below. CPV: 85000000, 85312500, 85100000, 85300000, 85310000, 85312300, 85312320, 85312400, 85320000, 85323000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Neath Port Talbot County Borough Council

Civic Centre

Port Talbot

SA13 1PJ

UK

E-mail: w.thomas3@npt.gov.uk

NUTS: UKL17

Internet address(es)

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

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0274

I.1) Name and addresses

Neath Port Talbot Council

Civic Centre

Port Talbot

SA13 1PJ

UK

Contact person: Wayne Thomas

E-mail: w.thomas3@npt.gov.uk

NUTS: UKL17

Internet address(es)

Main address: https://www.npt.gov.uk/

I.1) Name and addresses

Swansea City & County Council

Civic Centre, Oystermouth Road

Swansea

SA1 3SN

UK

E-mail: contact@swansea.gov.uk

NUTS: UKL18

Internet address(es)

Main address: https://www.swansea.gov.uk/

I.1) Name and addresses

Swansea Bay University Health Board

1 Talbot Gateway, Baglan Energy Park,

Port Talbot

SA12 7BR

UK

E-mail: FOIA.Requests@wales.nhs.uk

NUTS: UKL17

Internet address(es)

Main address: https://sbuhb.nhs.wales/

I.1) Name and addresses

His Majesty’s Prison and Probation Service Wales

Churchill House, Churchill Way,

Cardiff

CF10 2HH

UK

E-mail: HMPPSWalesCorrespondence@justice.gov.uk

NUTS: UKL

Internet address(es)

Main address: https://www.gov.uk/government/organisations/hm-prison-and-probation-service

I.1) Name and addresses

Police and Crime Commissioner for South Wales

Tŷ Morgannwg, Cowbridge Road

Bridgend

CF31 3SU

UK

E-mail: commissioner@south-wales.police.uk

NUTS: UKL17

Internet address(es)

Main address: https://www.southwalescommissioner.org.uk/

I.1) Name and addresses

South Wales Police

Cowbridge Road,

Bridgend

CF31 3SU

UK

E-mail: publicservicecentre@south-wales.pnn.police.uk

NUTS: UKL17

Internet address(es)

Main address: https://www.south-wales.police.uk/

I.1) Name and addresses

Mid & West Wales Fire & Rescue

Mid and West Wales Fire & Rescue Headquarters, Lime Grove Avenue,

Carmarthen

SA31 1SP

UK

E-mail: mail@mawwfire.gov.uk

NUTS: UKL14

Internet address(es)

Main address: https://www.mawwfire.gov.uk/

I.2) Joint procurement

The contract involves joint procurement

I.3) Communication

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

https://etenderwales.bravosolution.co.uk/home.html


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etenderwales.bravosolution.co.uk/home.html


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

Neath Port Talbot and Swansea Substance Use (Drug & Alcohol) Alliance

Reference number: CPU23-24-59

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Western Bay Planning Board is seeking a partnership of providers to work collaboratively with to transform drug and alcohol clinical and support services across Swansea and Neath Port Talbot. Further details are set out in section II.2.4 below.

II.1.5) Estimated total value

Value excluding VAT: 90 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

85312500

85100000

85300000

85310000

85312300

85312320

85312400

85320000

85323000

II.2.3) Place of performance

NUTS code:

UKL17

UKL18


Main site or place of performance:

The main place of performance is across Swansea and Neath Port Talbot.

II.2.4) Description of the procurement

The Western Bay Area Planning Board is a collaboration of partners who come together at a regional level to enable the planning, commissioning and delivery of substance use services. Members include Neath Port Talbot County Borough Council (procurement lead), Swansea City and County Council, Swansea Bay University Health Board, His Majesty’s Prison and Probation Service Wales, Police and Crime Commissioner for South Wales, South Wales Police and Mid & West Wales Fire & Rescue.

The Western Bay Area Planning Board is seeking to work collaboratively with a partnership of providers to form an Alliance and radically transform drug and alcohol clinical and support services across Swansea and Neath Port Talbot for all people of all ages.

Request to participate are invited from providers that mirror our commitment to prevention and early intervention, as well as to leading the way with clinical interventions and rapid access to prescribing for people. Our services will need to be based on collaborative working, championing people’s voices, and co-design and co-production. We want to hear from forward-looking providers, be they statutory, community and voluntary sector or private sector. We are especially interested in user led and community-based organisations, and we are keen to hear from any groups of providers who can demonstrate to us that they are committed to improving the lives and experiences of people.

We are looking for a group of providers who can work together to provide joined-up services for people. They will take responsibility for creating, leading and co-ordinating the collaboration of partners and the ways of working together in the future.

We know that we need different skills and ideas and would like to make as much local impact as possible through this alliance to support our local economy and supply chains. We value diversity and expect providers will be a mix of large and small organisations, some or all ideally with a local presence in and knowledge of Swansea and Neath Port Talbot.

Neath Port Talbot Council as lead anticipate that each Provider Group will be made up of a number of Provider Participants, each individually providing its expertise in contributing to the delivery of the Alliance Objectives. For the avoidance of any doubt, the Council only require the Provider Group to be formed for the purposes of this procurement process to demonstrate collaborative working and that as a combined group it can provide the required coverage of services.

If a Provider Group is identified as a Successful Tenderer, the expectation is that each individual Provider Participant will individually enter into the Alliance Agreement. This approach is central to vision of the Alliance to foster a true collaboration of individual organisations.

There may be TUPE implications.

The intended procurement procedure is analogous to a competitive dialogue procedure but in accordance with the light touch regime classification for these services the contracting authority is not bound by this and reserves the right to vary or amend the process at any time.

We expect the contract will commence from Nov 2025.

The Alliance Agreement will be for a maximum of 10 years consisting of an initial period of 3 years (with an option to extend for a further period(s) of up to 3+3+1 years). It should be noted that the term of the Alliance Agreement is subject to the Alliance securing its Funding on an annual basis) and the terms and conditions of the Alliance Agreement, which allows for the early termination of the Alliance Agreement if the Funding cannot be secured at the annual review.

The estimated contract value identified at section II.1.5 is not guaranteed and is subject to securing funding on an annual basis.

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: Yes

Description of renewals:

The Alliance Agreement will be for a maximum of 10 years consisting of an initial period of 3 years (with an option to extend for a further period(s) of up to 3+3+1 years) subject to the Alliance securing its Funding (on an annual basis).

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:

While the funding envelope set by the Commissioners and Welsh Government is unknown in future years providers may be able to (pending funding) source additional resources.

The Specification sets out the required outputs of the services and the Alliance Objectives. It is anticipated that the Council may require additional services from the Provider Participants throughout the duration of the Alliance Agreement that align with the Alliance Principles. Such changes will be required to account for the fluctuating demands of the service and the changing needs of the service users or changes to funding or policy decisions. Further details are set out in the Specification and the draft Alliance Agreement.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The provider group shall demonstrate how they will work with Swansea Bay University HB and other contracted providers of clinical services and with two Local Authorities for elements of social care provision. The clinical and social care elements are NOT in scope for this tender, but details are provided for information purposes to aid providers approach in working with these partners.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

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

Competitive dialogue

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:

2024/S 000-006347

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 20/03/2025

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 16/06/2025

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

EN

CY

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic payment will be used

VI.3) Additional information

Suppliers’ Instructions ‘How to Express Interest in this PQQ’:

1. Register your company on the eTenderWales portal (this is required only once. However if your details have changed since you

registered you will need to up-date them).

- Browse to the eTenderWales Portal: www.etenderwales.bravosolution.co.uk

- Click the ‘Suppliers register here’ link.

- Complete the ‘Organisation Details’ and ‘User Details’ sections.

- Note the username you choose and click ‘save’ when complete.

- You will shortly receive and email with your unique password (please keep this secure).

- Agree to the terms and conditions and click ‘continue’.

2. Express an interest in the PQQ.

- Login to the portal with the username / password.

- Click the ‘PQQ's Open to all Suppliers’ link.

- Alternatively, search for the relevant PQQ (pqq_33558).

- Click on the relevant PQQ to access the content.

- Click the ‘Express Interest’ button on the right-hand side of the screen.

- This will move the PQQ into your ‘My PQQ pages’. (This is a secure area reserved for your projects only.)

- Click on the PQQ code, you can now access any attachments by selecting ‘Buyer Attachments’.

3. Responding to the PQQ.

- You can now choose to ‘Respond’ or ‘Decline to Respond’ (please give a reason if declining).

- Note the ‘Closing Date’, and then follow the onscreen instructions to complete the PQQ.

- There is help available Monday – Friday (8am – 6pm) on: help@bravosolution.co.uk or by telephone on 0800 368 485.

The Contracting Authority does not bind itself to accept any tender and is not liable for any costs incurred by those expressing an interest or tendering for this opportunity.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=141776

(WA Ref:141776)

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477501

VI.5) Date of dispatch of this notice

14/02/2025

Coding

Commodity categories

ID Title Parent category
85323000 Community health services Social services
85312320 Counselling services Social work services without accommodation
85312300 Guidance and counselling services Social work services without accommodation
85000000 Health and social work services Other Services
85100000 Health services Health and social work services
85312500 Rehabilitation services Social work services without accommodation
85320000 Social services Social work and related services
85300000 Social work and related services Health and social work services
85310000 Social work services Social work and related services
85312400 Welfare services not delivered through residential institutions Social work services without accommodation

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1018 Swansea

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.

Document family

Notice details
Publication date:
14 February 2025
Deadline date:
20 March 2025 00:00
Notice type:
02 Contract Notice
Authority name:
Neath Port Talbot County Borough Council
Publication date:
28 February 2024
Notice type:
21 Social and other Specific Services - PIN
Authority name:
Neath Port Talbot County Borough Council

About the buyer

Main contact:
w.thomas3@npt.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.