Award

WP3526 - Integrated Drug and Alcohol Services - AWARD

WALSALL COUNCIL E-TENDERING

This public procurement record has 1 release in its history.

Award

22 Jan 2020 at 13:54

Summary of the contracting process

Walsall Metropolitan Borough Council is seeking to contract a single provider or a consortium to deliver Integrated Drug and Alcohol Services, as indicated in the award notice dated 22nd January 2020. This procurement falls under the Light Touch Regime for health and social care contracts and is classified under addiction treatment, with an estimated total contract value of £19.17 million over seven years. The contract is set to commence on 1st April 2020 and will run for five years, with the possibility of a two-year extension. The tender process has been completed, and all minimum requirements have been evaluated, indicating adherence to transparency and equal treatment principles as mandated by Public Contracts Regulations 2015.

This contract represents a significant opportunity for service providers in health and social care, especially businesses specialising in addiction treatment and recovery services. Companies with expertise in psychosocial interventions, medical support, and those who can deliver comprehensive assessment and recovery programmes would be well-placed to compete. Furthermore, given the financial pressures on local authorities, providers should be prepared to demonstrate cost-efficient service delivery and manage the potential for service adjustments based on funding availability throughout the contract's duration.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

WP3526 - Integrated Drug and Alcohol Services - AWARD

Notice Description

Walsall Metropolitan Borough Council are seeking to contract with a single provider or consortium of providers (Council contracting with a 'Lead Provider') with the expertise to deliver an integrated drug and alcohol support service that is a single assessment, intervention and recovery system, supported by medical interventions for stabilisation and maintenance, with delivery of evidence based psychosocial interventions that support recovery. The core elements of the Integrated drug and alcohol service are to offer a service compatible with Models of Care (2002 updated 2006) and include the components of referral, initial and comprehensive assessment, care planning, discharge and aftercare/recovery support. The services will be offered on a continuum to match needs, delivering advice, information, harm reduction interventions and structured interventions. The services will recognise the benefit of involving family and friends in care planned interventions to build individual resilience, promoting physical, psychological, social and economic well-being. The procurement process is an Open Tender Process under the Light Touch Regime, (PCR 2015, regulations 74 - 77) for health and social care contracts. Under Regulation 76, the council is free to establish a procedure, provided that, the procedure is sufficient to ensure compliance with the principles of transparency and equal treatment of economic operators (suppliers). All Providers that satisfy all the minimum requirements of the standard selection questionnaire (ITTD SSQ) and due diligence process shall be evaluated against the criteria detailed in ITTC. The contract is for 5 years with the option to extend for a further 2 years and is expected to commence 1/4/20. The estimated value of the contract over the 7 years is PS19.17m, which is based on an estimated annual budget of up to PS2.74m. However, local government funding for these services has been under severe pressure for a number of years. Increased demand coupled with nearly a decade of government cuts has required local authorities to be prudent and cost efficient in the delivery of all its services. The Services commissioned will remain subject to financial pressures for the foreseeable future so service adjustments to these pressures should be anticipated as part of the contractual process. There is also a possibility that the scope of service provision may need to be increased during the lifetime of the contract due to potential availability of additional funding for criminal justice and community safety services. Although, at present, these are unknown variables, any increases in service provision will be limited to 50% of the original contract value. If specific community safety funding becomes available, the commissioning intentions would be to prioritise services to support offenders with drug and alcohol problems to reduce their risk of further offending. Potential providers need to be aware that TUPE will ...

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-64445c1f-faed-4eef-babf-fd9df918d6d4
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/5ac8ae78-308e-455b-a417-f4c15faf20bd
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME, VCSE
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

33 - Medical equipments, pharmaceuticals and personal care products

85 - Health and social work services

98 - Other community, social and personal services


CPV Codes

33693300 - Addiction treatment

85000000 - Health and social work services

85100000 - Health services

85140000 - Miscellaneous health services

85144000 - Residential health facilities services

85300000 - Social work and related services

85320000 - Social services

85323000 - Community health services

98000000 - Other community, social and personal services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
22 Jan 20206 years ago
Submission Deadline
2 Sep 2019Expired
Future Notice Date
Not specified
Award Date
15 Jan 20206 years ago
Contract Period
31 Mar 2020 - 31 Mar 2025 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
WALSALL COUNCIL E-TENDERING
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
WEST MIDLANDS
Postcode
WS1 1TP
Post Town
Walsall
Country
England

Major Region (ITL 1)
TLG West Midlands (England)
Basic Region (ITL 2)
TLG3 West Midlands
Small Region (ITL 3)
TLG38 Walsall
Delivery Location
TLG West Midlands (England)

Local Authority
Walsall
Electoral Ward
St Matthew's
Westminster Constituency
Walsall and Bloxwich

Supplier Information

Number of Suppliers
1
Supplier Name

CHANGE, GROW, LIVE (CGL

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-64445c1f-faed-4eef-babf-fd9df918d6d4-2020-01-22T13:54:53Z",
    "date": "2020-01-22T13:54:53Z",
    "ocid": "ocds-b5fd17-64445c1f-faed-4eef-babf-fd9df918d6d4",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "WP3526 - AWARD",
        "title": "WP3526 - Integrated Drug and Alcohol Services - AWARD",
        "description": "Walsall Metropolitan Borough Council are seeking to contract with a single provider or consortium of providers (Council contracting with a 'Lead Provider') with the expertise to deliver an integrated drug and alcohol support service that is a single assessment, intervention and recovery system, supported by medical interventions for stabilisation and maintenance, with delivery of evidence based psychosocial interventions that support recovery. The core elements of the Integrated drug and alcohol service are to offer a service compatible with Models of Care (2002 updated 2006) and include the components of referral, initial and comprehensive assessment, care planning, discharge and aftercare/recovery support. The services will be offered on a continuum to match needs, delivering advice, information, harm reduction interventions and structured interventions. The services will recognise the benefit of involving family and friends in care planned interventions to build individual resilience, promoting physical, psychological, social and economic well-being. The procurement process is an Open Tender Process under the Light Touch Regime, (PCR 2015, regulations 74 - 77) for health and social care contracts. Under Regulation 76, the council is free to establish a procedure, provided that, the procedure is sufficient to ensure compliance with the principles of transparency and equal treatment of economic operators (suppliers). All Providers that satisfy all the minimum requirements of the standard selection questionnaire (ITTD SSQ) and due diligence process shall be evaluated against the criteria detailed in ITTC. The contract is for 5 years with the option to extend for a further 2 years and is expected to commence 1/4/20. The estimated value of the contract over the 7 years is PS19.17m, which is based on an estimated annual budget of up to PS2.74m. However, local government funding for these services has been under severe pressure for a number of years. Increased demand coupled with nearly a decade of government cuts has required local authorities to be prudent and cost efficient in the delivery of all its services. The Services commissioned will remain subject to financial pressures for the foreseeable future so service adjustments to these pressures should be anticipated as part of the contractual process. There is also a possibility that the scope of service provision may need to be increased during the lifetime of the contract due to potential availability of additional funding for criminal justice and community safety services. Although, at present, these are unknown variables, any increases in service provision will be limited to 50% of the original contract value. If specific community safety funding becomes available, the commissioning intentions would be to prioritise services to support offenders with drug and alcohol problems to reduce their risk of further offending. Potential providers need to be aware that TUPE will ...",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "33693300",
            "description": "Addiction treatment"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "85000000",
                "description": "Health and social work services"
            },
            {
                "scheme": "CPV",
                "id": "98000000",
                "description": "Other community, social and personal services"
            },
            {
                "scheme": "CPV",
                "id": "85323000",
                "description": "Community health services"
            },
            {
                "scheme": "CPV",
                "id": "85140000",
                "description": "Miscellaneous health services"
            },
            {
                "scheme": "CPV",
                "id": "85100000",
                "description": "Health services"
            },
            {
                "scheme": "CPV",
                "id": "85320000",
                "description": "Social services"
            },
            {
                "scheme": "CPV",
                "id": "85300000",
                "description": "Social work and related services"
            },
            {
                "scheme": "CPV",
                "id": "85144000",
                "description": "Residential health facilities services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "WS1 1TP"
                    },
                    {
                        "region": "West Midlands",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2019-09-02T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2020-04-01T00:00:00+01:00",
            "endDate": "2025-03-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "services"
    },
    "parties": [
        {
            "id": "GB-CFS-4819",
            "name": "Walsall Council e-Tendering",
            "identifier": {
                "legalName": "Walsall Council e-Tendering"
            },
            "address": {
                "streetAddress": "Darwall Street, Walsall",
                "locality": "West Midlands",
                "postalCode": "WS1 1TP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Sinead O'Callaghan",
                "email": "sinead.ocallaghan@walsall.gov.uk",
                "telephone": "01922 658060"
            },
            "details": {
                "url": "https://www.walsall.gov.uk/"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-73502",
            "name": "Change, grow, live (CGL)",
            "identifier": {
                "legalName": "Change, grow, live (CGL)"
            },
            "address": {
                "streetAddress": "3rd Floor, Tower Point, 44 North Road, Brighton, United Kingdom, BN1 1YR"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-4819",
        "name": "Walsall Council e-Tendering"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-64445c1f-faed-4eef-babf-fd9df918d6d4-1",
            "status": "active",
            "date": "2020-01-15T00:00:00Z",
            "datePublished": "2020-01-22T13:54:53Z",
            "value": {
                "amount": 0,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-73502",
                    "name": "Change, grow, live (CGL)"
                }
            ],
            "contractPeriod": {
                "startDate": "2020-04-01T00:00:00+01:00",
                "endDate": "2025-03-31T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/5ac8ae78-308e-455b-a417-f4c15faf20bd",
                    "datePublished": "2020-01-22T13:54:53Z",
                    "format": "text/html",
                    "language": "en"
                }
            ]
        }
    ]
}