Notice Information
Notice Title
SCC APC Individual Placement and Support (Most Suitable Provider Process)
Notice Description
Surrey County Council has been awarded funding for two years (2024/25 - 2025/26) for the delivery of an Individual Placement and Support Service, available to those who are: - in structured treatment for drug and/or alcohol use, and - of working age.
Lot Information
Lot 1
Surrey County Council are seeking a provider to deliver the IPS model across the county of Surrey for two years. The population of Surrey is 1,205,616 according to mid-2021 population figures published by the ONS. Surrey's population growth rate between mid-2020 and mid-2021 was 0.3% per year. The working age population was 761,201 (ONS 2019). Surrey covers an area of 1,663 square kilometres (642 square miles) and has a population density of 725 people per square kilometre (km2), based on the latest population estimates taken in mid-2021. According to the latest 2021 census, the population in Surrey is predominantly white (85%), with non-white minorities representing the remaining 15% of the population. The median average age in Surrey in 2021 was 42.2, with over 18s representing 82.1% of the population. The sex ratio was 95.3 males to every 100 females. In 2021, the urban population of Surrey was approximately 980,249 (87%), while the rural population was around 152,141 (13%). English is spoken as the main language by 93.1% of people in Surrey, and spoken either well or very well by 6% of the population. 0.7% reported having poor English language skills, and the remaining 0.1% spoke no English at all. In 2023/24, 3718 adults engaged in structured treatment. This notice is an intention to award a contract under the most suitable provider process. The approximate lifetime value of the Contract is PS522,016.00 This is a new service This is a new provider The services will be provided from 09/05/2024 to 08/05/2026
Procurement 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 decision makers by Midnight (00:00) on 08 May 2024. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-045553
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/014805-2024
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Limited
- Procurement Method Details
- Award procedure without prior publication of a call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
85 - Health and social work services
-
- CPV Codes
85312500 - Rehabilitation services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £522,016 £500K-£1M
Notice Dates
- Publication Date
- 9 May 20241 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 28 Mar 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SURREY COUNTY COUNCIL
- Contact Name
- Andrew Clarke
- Contact Email
- andrew.clarke@surreycc.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- REIGATE
- Postcode
- RH2 8EF
- Post Town
- Redhill
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ2 Surrey, East and West Sussex
- Small Region (ITL 3)
- TLJ26 East Surrey
- Delivery Location
- TLJ2 Surrey, East and West Sussex
-
- Local Authority
- Reigate and Banstead
- Electoral Ward
- South Park & Woodhatch
- Westminster Constituency
- Reigate
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-h6vhtk-045553-2024-05-09T11:56:30+01:00",
"date": "2024-05-09T11:56:30+01:00",
"ocid": "ocds-h6vhtk-045553",
"description": "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 Midnight (00:00) on 08 May 2024 . This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR key criteria 1. Quality and Innovation - Maximum Score (%) 20.00 Relative authorities must give due consideration to how well providers are able to deliver high quality care when deciding who to arrange services with. Relevant authorities must ensure they assess the extent to which an arrangement with a provider could generate new and significant improvements in the promotion and adoption of proven innovations in care delivery. key criteria 2. Value - Maximum Score (%) 20.00 Relevant authorities must give due consideration to the value offered by a service, in terms of the balance of costs, overall benefits and the financial implications of an arrangement. key criteria 3. Integration, collaboration and service sustainability - Maximum Score (%) 20.00 Relevant authorities must consider the extent to which their decisions are consistent with local and national NHS plans and the importance of services being provided in an integrated and collaborative way, and in a way that improves health outcomes and in a way that seeks to secure the stability of good quality health care services or service continuity of health care services. key criteria 4. Improving Access, reducing health inequalities and facilitating choice - Maximum Score (%) 20.00 Relevant authorities must consider the importance of accessibility to services and treatments for all eligible patients, the need to tackle health inequalities and the importance of ensuring that patients have choice in respect of their health care. key criteria 5. Social Value - Maximum Score (%) 20.00 Relevant authorities must consider whether what is proposed might improve economic, social, and environmental well-being of the area relevant to an arrangement. Rationale for choosing the provider with reference to the key criteria: key criteria 1. Quality and Innovation Very good response which provided an explanation about co-location venues, working with partners. The timeline provided an explanation about commencing immediately with the delivery of the IPS service being delivered as part of this timeline. Each stage of the timeline demonstrated what would occur at each stage. key criteria 2. Value Very good response which provided detail of experience relating to the County of Surrey. Outreach co-location was provided within the response. Other areas explained were travel vouchers. The response demonstrated existing knowledge and practice of hard-to-reach locations within the County of Surrey. The response provided a very good explanation of preparation with existing partners. The response provided an explanation of the understanding of Surreys support and treatment systems. key criteria 3. Integration, collaboration and service sustainability A very good response providing a focus on the workforce delivering the IPS service. The response provided an explanation about co-location. The response provided was within the financial envelope available for this two-year contract. Evidence was provided with offering the maximum FTE required. key criteria 4. Improving Access, reducing health inequalities and facilitating choice A very good response providing an explanation about collaboration of the IPS treatment provider. The response demonstrated additional value and added value for individuals and delivery of treatment. Existing partner relationships was explained which provided an understanding of relationships. The response provided an explanation about data and how this will provide evidence for reporting and reporting mechanisms for sharing this information. The response spoke about a DPIA aligned to care plans. The response spoke about training for staff delivering the IPS service. key criteria 5. Social Value A very good response which spoke about staff retention and being aware of team cohesion. The response spoke about carrying out bench marking of salaries. The response spoke about experience of working in a similar sixed County. The response identified similar locations where this service had been provided elsewhere. The response spoke about the delivery being explored and how it would be applied. The response spoke about challenges and solutions providing examples of this. The response spoke about individuals who are homeless and how to reduce the risk for them. The response spoke about hard-to-reach locations. This was a very good response. Providing a clear break down of social value. The response provided examples of social value. The response spoke about exciting networks which include recovery cafes, women cafes and a capital card, which provides rewards to individuals as part of their treatment. Explaining that everything within the card is locally sourced. The response spoke about fund raising as part of social value delivery. The response also spoke about existing social value in Surrey and other areas too.",
"initiationType": "tender",
"tender": {
"id": "DN2595",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "SCC APC Individual Placement and Support (Most Suitable Provider Process)",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "85312500",
"description": "Rehabilitation services"
},
"mainProcurementCategory": "services",
"description": "Surrey County Council has been awarded funding for two years (2024/25 - 2025/26) for the delivery of an Individual Placement and Support Service, available to those who are: - in structured treatment for drug and/or alcohol use, and - of working age.",
"lots": [
{
"id": "1",
"description": "Surrey County Council are seeking a provider to deliver the IPS model across the county of Surrey for two years. The population of Surrey is 1,205,616 according to mid-2021 population figures published by the ONS. Surrey's population growth rate between mid-2020 and mid-2021 was 0.3% per year. The working age population was 761,201 (ONS 2019). Surrey covers an area of 1,663 square kilometres (642 square miles) and has a population density of 725 people per square kilometre (km2), based on the latest population estimates taken in mid-2021. According to the latest 2021 census, the population in Surrey is predominantly white (85%), with non-white minorities representing the remaining 15% of the population. The median average age in Surrey in 2021 was 42.2, with over 18s representing 82.1% of the population. The sex ratio was 95.3 males to every 100 females. In 2021, the urban population of Surrey was approximately 980,249 (87%), while the rural population was around 152,141 (13%). English is spoken as the main language by 93.1% of people in Surrey, and spoken either well or very well by 6% of the population. 0.7% reported having poor English language skills, and the remaining 0.1% spoke no English at all. In 2023/24, 3718 adults engaged in structured treatment. This notice is an intention to award a contract under the most suitable provider process. The approximate lifetime value of the Contract is PS522,016.00 This is a new service This is a new provider The services will be provided from 09/05/2024 to 08/05/2026",
"awardCriteria": {
"criteria": [
{
"type": "price"
}
]
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKJ2"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Award procedure without prior publication of a call for competition",
"coveredBy": [
"GPA"
],
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_OUTSIDE_SCOPE",
"description": "The procurement falls outside the scope of application of the directive"
}
],
"procurementMethodRationale": "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 Midnight (00:00) on 08 May 2024. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR",
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"text": "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 Midnight (00:00) on 08 May 2024 . This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR key criteria 1. Quality and Innovation - Maximum Score (%) 20.00 Relative authorities must give due consideration to how well providers are able to deliver high quality care when deciding who to arrange services with. Relevant authorities must ensure they assess the extent to which an arrangement with a provider could generate new and significant improvements in the promotion and adoption of proven innovations in care delivery. key criteria 2. Value - Maximum Score (%) 20.00 Relevant authorities must give due consideration to the value offered by a service, in terms of the balance of costs, overall benefits and the financial implications of an arrangement. key criteria 3. Integration, collaboration and service sustainability - Maximum Score (%) 20.00 Relevant authorities must consider the extent to which their decisions are consistent with local and national NHS plans and the importance of services being provided in an integrated and collaborative way, and in a way that improves health outcomes and in a way that seeks to secure the stability of good quality health care services or service continuity of health care services. key criteria 4. Improving Access, reducing health inequalities and facilitating choice - Maximum Score (%) 20.00 Relevant authorities must consider the importance of accessibility to services and treatments for all eligible patients, the need to tackle health inequalities and the importance of ensuring that patients have choice in respect of their health care. key criteria 5. Social Value - Maximum Score (%) 20.00 Relevant authorities must consider whether what is proposed might improve economic, social, and environmental well-being of the area relevant to an arrangement. Rationale for choosing the provider with reference to the key criteria: key criteria 1. Quality and Innovation Very good response which provided an explanation about co-location venues, working with partners. The timeline provided an explanation about commencing immediately with the delivery of the IPS service being delivered as part of this timeline. Each stage of the timeline demonstrated what would occur at each stage. key criteria 2. Value Very good response which provided detail of experience relating to the County of Surrey. Outreach co-location was provided within the response. Other areas explained were travel vouchers. The response demonstrated existing knowledge and practice of hard-to-reach locations within the County of Surrey. The response provided a very good explanation of preparation with existing partners. The response provided an explanation of the understanding of Surreys support and treatment systems. key criteria 3. Integration, collaboration and service sustainability A very good response providing a focus on the workforce delivering the IPS service. The response provided an explanation about co-location. The response provided was within the financial envelope available for this two-year contract. Evidence was provided with offering the maximum FTE required. key criteria 4. Improving Access, reducing health inequalities and facilitating choice A very good response providing an explanation about collaboration of the IPS treatment provider. The response demonstrated additional value and added value for individuals and delivery of treatment. Existing partner relationships was explained which provided an understanding of relationships. The response provided an explanation about data and how this will provide evidence for reporting and reporting mechanisms for sharing this information. The response spoke about a DPIA aligned to care plans. The response spoke about training for staff delivering the IPS service. key criteria 5. Social Value A very good response which spoke about staff retention and being aware of team cohesion. The response spoke about carrying out bench marking of salaries. The response spoke about experience of working in a similar sixed County. The response identified similar locations where this service had been provided elsewhere. The response spoke about the delivery being explored and how it would be applied. The response spoke about challenges and solutions providing examples of this. The response spoke about individuals who are homeless and how to reduce the risk for them. The response spoke about hard-to-reach locations. This was a very good response. Providing a clear break down of social value. The response provided examples of social value. The response spoke about exciting networks which include recovery cafes, women cafes and a capital card, which provides rewards to individuals as part of their treatment. Explaining that everything within the card is locally sourced. The response spoke about fund raising as part of social value delivery. The response also spoke about existing social value in Surrey and other areas too."
},
"newValue": {
"text": "This is a Provider Selection Regime (PSR) confirmation of contract award notice. This contract has been awarded under 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. This contract has now been formally awarded using the most suitable provider process.' - Contract awarded 9 May 2024. Services are intended be provided between 10 May 2024 - 9 May 2026 - Lifetime value of the contract is PS522,016 No review received during the standstill period. No conflicts or potential conflicts of interest were declared of individuals making the decision."
},
"where": {
"section": "VI.3"
}
}
]
}
]
},
"awards": [
{
"id": "013556-2024-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-CHC-1031602",
"name": "Westminster Drug Project"
}
]
}
],
"parties": [
{
"id": "GB-FTS-92844",
"name": "Surrey County Council",
"identifier": {
"legalName": "Surrey County Council",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "Woodhatch Place,11 Cockshot Hill",
"locality": "REIGATE",
"region": "UKJ2",
"postalCode": "RH28EF",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Andrew Clarke",
"email": "andrew.clarke@surreycc.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.surreycc.gov.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-CHC-1031602",
"name": "Westminster Drug Project",
"identifier": {
"legalName": "Westminster Drug Project",
"id": "1031602",
"scheme": "GB-CHC"
},
"address": {
"streetAddress": "18 Dartmouth Street",
"locality": "London",
"region": "UKJ2",
"postalCode": "SW1H 9BL",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-136",
"name": "High Court of England and Wales",
"identifier": {
"legalName": "High Court of England and Wales"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-COH-DN2595",
"name": "Surrey County Council",
"identifier": {
"legalName": "Surrey County Council",
"id": "DN2595",
"scheme": "GB-COH"
},
"address": {
"streetAddress": "Woodhatch Place,11 Cockshot Hill",
"locality": "REIGATE",
"region": "UKJ2",
"postalCode": "RH28EF",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Andrew Clarke",
"email": "andrew.clarke@surreycc.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.surreycc.gov.uk/"
}
}
],
"buyer": {
"id": "GB-COH-DN2595",
"name": "Surrey County Council"
},
"contracts": [
{
"id": "013556-2024-1",
"awardID": "013556-2024-1",
"status": "active",
"value": {
"amount": 522016,
"currency": "GBP"
},
"dateSigned": "2024-03-28T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 2
}
]
},
"language": "en"
}