Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Worcestershire County Council
County Hall
WORCESTER
WR52NP
UK
Contact person: Bethany Wilkinson
Telephone: +44 1905845912
E-mail: bwilkinson1@worcestershire.gov.uk
NUTS: UKG12
Internet address(es)
Main address: https://www.worcestershire.gov.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.in-tendhost.co.uk/worcestershire/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.in-tendhost.co.uk/worcestershire/aspx/Home
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
HEA24051 Worcestershire Substance Use (Grant Funded) Services: Lot 1: Harm Reduction Outreach Service, Lot 2: Recovery and Aftercare Service
II.1.2) Main CPV code
85312500
II.1.3) Type of contract
Services
II.1.4) Short description
In December 2021, the government published a 10-year drugs plan, 'From Harm to Hope', which committed to additional funding in England up to 2025. This funding has been extended for 2025-26 under the Drug and Alcohol Treatment and Recovery Improvement Grant (DATRIG).
Worcestershire County Council ("the Council") intend to deliver a number of initiatives across the county that support and enhance substance misuse services using their allocated DATRIG funding. Two of the key priorities for this funding will be Harm Reduction Outreach and Recovery and Aftercare. This tender opportunity will therefore be split into two lots:
Lot 1: Harm Reduction Outreach Service - To prevent deaths and reduce harm caused by substance misuse in Worcestershire
Lot 2: Recovery and Aftercare Service - To support adults (18 or over) to sustain abstinence or reduced drug/alcohol use in a non-treatment setting by enabling people to gain a sense of control over the challenges they face and the services they receive and helping people to find opportunities to be active and contributing members of society.
Contract duration for both lots: 01 April 2025 - 31 March 2026. Further extension will be subject to availability of grant funding.
The competitive process will be run in accordance with Regulation 11 of the Health Care Services (Provider Selection Regime) Regulations 2023 ("the Regulations").
II.1.5) Estimated total value
Value excluding VAT:
430 000.00
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: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lot 1: Harm Reduction Outreach Service - £130,000 p.aLot 2: Recovery and Aftercare Service - £300,000 p.a
II.2) Description
Lot No: 1
II.2.1) Title
Harm Reduction Outreach Service
II.2.2) Additional CPV code(s)
85312500
II.2.3) Place of performance
NUTS code:
UKG12
II.2.4) Description of the procurement
To prevent deaths and reduce harm caused by substance misuse in Worcestershire.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality and Innovation
/ Weighting: 35%
Quality criterion: Value
/ Weighting: 20%
Quality criterion: Integration, collaboration and service sustainability
/ Weighting: 15%
Quality criterion: Improving access, reducing health inequalities, and facilitating choice
/ Weighting: 20%
Quality criterion: Social Value
/ Weighting: 10%
Price
/ Weighting:
Pass/Fail
II.2.6) Estimated value
Value excluding VAT:
130 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: Yes
Description of renewals:
Option to extend for up to a further 2 years, on a one plus one basis, subject to availability of grant funding and future priorities.
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
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.
Lot No: 2
II.2.1) Title
Recovery and Aftercare Services
II.2.2) Additional CPV code(s)
85312500
II.2.3) Place of performance
NUTS code:
UKG12
II.2.4) Description of the procurement
To support adults (18 or over) to sustain abstinence or reduced drug/alcohol use in a non-treatment setting by enabling people to gain a sense of control over the challenges they face and the services they receive and helping people to find opportunities to be active and contributing members of society.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality and Innovation
/ Weighting: 35%
Quality criterion: Value
/ Weighting: 20%
Quality criterion: Integration, collaboration and service sustainability
/ Weighting: 15%
Quality criterion: Improving access, reducing health inequalities, and facilitating choice
/ Weighting: 20%
Quality criterion: Social Value
/ Weighting: 10%
Price
/ Weighting:
Pass/Fail
II.2.6) Estimated value
Value excluding VAT:
300 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: Yes
Description of renewals:
Option to extend for up to a further 2 years, on a one plus one basis, subject to availability of grant funding and future priorities.
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
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.
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:
27/02/2025
Local time: 16:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
28/02/2025
Local time: 08:00
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
High Court of England
London
UK
VI.5) Date of dispatch of this notice
06/02/2025