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 Award Notice

Integrated Recovery Service for Drugs and Alcohol

  • First published: 12 June 2024
  • Last modified: 12 June 2024
  • 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-h6vhtk-046f2b
Published by:
Knowsley Council
Authority ID:
AA20165
Publication date:
12 June 2024
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Knowsley Council are seeking to procure an integrated drug and alcohol treatment and

recovery service that is available to all residents within the borough of Knowsley.

The contract will be for a six-year term from 01 July 2024- 30 June 2030.

This will be an all-age service, providing a quality treatment and recovery service for young

people and adults.

The provider is required to deliver Knowsley’s Drug Strategy objectives to:

• Expand capacity & improve the quality of Knowsley’s treatment services.

• Expand and improve the support for children and young people in Knowsley: early

identification and support for at-risk young people.

• Reduce drug and alcohol related harms and deaths.

• Expand prevention-based approaches including screening, and outreach activities.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Knowsley Council

4th Floor, Waterside House

Sale

M33 7ZF

UK

Contact person: Mrs Lynda Brookes

Telephone: +44 7876442963

E-mail: Lynda.Brookes@star-procurement.gov.uk

NUTS: UKD7

Internet address(es)

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

Address of the buyer profile: http://www.knowsley.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

Integrated Recovery Service for Drugs and Alcohol

Reference number: DN720087

II.1.2) Main CPV code

85312500

 

II.1.3) Type of contract

Services

II.1.4) Short description

Knowsley Council are seeking to procure an integrated drug and alcohol treatment and

recovery service that is available to all residents within the borough of Knowsley.

The contract will be for a six-year term from 01 July 2024- 30 June 2030.

This will be an all-age service, providing a quality treatment and recovery service for young

people and adults.

The provider is required to deliver Knowsley’s Drug Strategy objectives to:

• Expand capacity & improve the quality of Knowsley’s treatment services.

• Expand and improve the support for children and young people in Knowsley: early

identification and support for at-risk young people.

• Reduce drug and alcohol related harms and deaths.

• Expand prevention-based approaches including screening, and outreach activities.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 20 779 607.00  GBP

II.2) Description

II.2.3) Place of performance

NUTS code:

UKD7

II.2.4) Description of the procurement

This notice is an intention to award a contract under the most suitable provider process.

The value of the contract is £20,779,607 over a 6 year contract period.

This is an existing contract with an existing provider. The contract will be in place form

01 July 2024- 30 June 2030 (6-year contract term)

Knowsley Council will procure via the Provider Selection Regime Regulations 2023 through

the most suitable provider process for local authority drug and alcohol health care services.

The service will be based on the following principles and values:

• There will be a single point of access for all referrals.

• There will be access to treatment and recovery support during evenings and on a minimum

of six days per week.

• It is easily accessible to potential service users, their families, carers and the community.

• It can flexibly respond to an individual’s needs and circumstances, including those beyond

that of their substance misuse, enabling them to leave services in a planned way at the

earliest opportunity.

• The service will provide treatment and support interventions that enable customers to

achieve successful completion of treatment and sustainable recovery from drug and/or

alcohol use disorders.

• The provider will have experience of working in Knowsley and supporting complex cohorts

while using trauma informed practice.

• The provider will have experience of providing innovative service delivery across Knowsley

that delivers outcomes to generate positive impact across service users, families,

stakeholders and communities.

• The service will have recovery as its core outcome and recognise the role that trauma

exposure can have on individuals; these key principles will be embedded throughout the

whole service user journey from assessment to completion of treatment.

• It can respond positively to the cultural, religious, ethnic, language, gender, sexual,

Page 5 to 6

disability and age-related needs of an individual.

• It ensures that individuals are motivated and supported to have greater control over their

lives, maximising their health, wellbeing and participation in the rights, roles and

responsibilities of society.

• It is inclusive of the opinions of people using the service.

• It is committed to developing and supporting peer recovery support services.

• It is committed to developing and supporting peer recovery support services and a self sustaining LERO.

• It has close collaboration and co-ordination with partners, aligning activities and outcomes

around mental health, the criminal justice system, housing and employment.

• Maintains an effective community-based health treatment pathway from custody to the

community, maintaining effective access to treatment at any point during their journey in the

criminal justice system.

• Responds to changing landscapes around attitudes and drug use nationally and locally.

• Support LDIS networks and provide harm reduction approaches across communities.

• Works with other services to address emerging issues.

• Positively promotes a reduction in stigma to accessing the recovery service and reaches

out to those in the community who have not accessed support.

• Seeks to make support increasingly accessible including the exploration of digital support

using new and emerging technologies to maintain contact with service users both between

appointments and at times when service users are unable to physically attend.

Refer to the service specification for further Information.

II.2.5) Award criteria

Quality criterion: Most suitable provider process with regard to the key criteria with a weighting of 100 / Weighting: 100

Price / Weighting:  0

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

II.2.14) Additional information

Award of a contract without prior publication of a call for competition, as selected in the preliminary questions

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 publication of this notice marks the start of the standstill period. Representations by providers must be made to decision makers by 20th June 2024 (8 working days following publication of intention to award notice). 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: No

Section V: Award of contract

Title: Integrated Recovery Service for Drugs and Alcohol

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

09/05/2024

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

CGL

Knowsley

UK

NUTS: UKD7

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 20 779 607.00  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 publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by 20th June 2024 (8 working days following publication of intention to award notice)]. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.’

Representations should be sent via the chest ……. Or directly to Lynda.brookes@star-procurement.gov.uk

The decision makers related to this process are:

Sarah Smith Executive Director for Health and Social Care

Duncan James Executive Director Resources

There were no declared conflicts of interest.

The relative importance of the key criteria is below

Key Criteria 1. Quality and Innovation 30%

Key Criteria 2. Value Pass/Fail

Key Criteria 3. Integration, collaboration and service sustainability 40%

Key Criteria 4. Improving Access, reducing health inequalities and facilitating choice 30%

Key Criteria 5. Social Value - Pass/Fail

Key criteria 2 and 5 were evaluated on a pass fail basis. All provider needed to meet the budget requirements of the contract and social value is so fundamental to the authority that providers failing to offer sufficiently innovative, measurable and deliverable social value would not be considered.

Key 3 was given a slightly higher weighting than the remaining 2 criteria to reflect the importance of Integration, collaboration and sustainability. Without this the service would not succeed.

Key criteria 1 and 4 could only be achieved if the chosen provider could successfully deliver key criteria 3. They were considered equally important and so the remaining 60% was distributed evenly between them.

The chosen providers response to the Prior Invitation Notice (PIN) of intent to use most suitable provider process was reviewed by commissioners and met all the published criteria. As the incumbent provider already meeting key performance indicators within the existing contract there is the added confidence they will continue to innovate and deliver to the specification.

VI.4) Procedures for review

VI.4.1) Review body

STAR Procurment

Sale

UK

VI.5) Date of dispatch of this notice

11/06/2024

Coding

Commodity categories

ID Title Parent category
85312500 Rehabilitation services Social work services without accommodation

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:
Lynda.Brookes@star-procurement.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.