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