Notice Information
Notice Title
Provision of Integrated Treatment, Recovery Wellbeing and Substance Misuse Service (PSR Direct award route C)
Notice Description
The Council has a contract titled Integrated Treatment Recovery Wellbeing and Substance Misuse Service. The Integrated Treatment Recovery Wellbeing and Substance Misuse Service is provided by Via Care (formerly WDP - Westminster Drugs Project). The Contract formally expired on 31 March 2024 although contractual arrangements with the Council have continued with Via on the same basis since 1 April 2024 whilst Officers considered the most appropriate approach to procurement.
Lot Information
Lot 1
The Council has a contract titled Integrated Treatment Recovery Wellbeing and Substance Misuse Service. The Integrated Treatment Recovery Wellbeing and Substance Misuse Service is provided by Via Care (formerly WDP - Westminster Drugs Project). The service delivers against the key priorities outlined in 2021 National Drug Strategy: From Harm to Hope and this includes Clinical Prescribing including relapse prevention, Treatment and Recovery Services, Care Planned Counselling service and Recovery Day Programme, Outreach and Engagement, Criminal Justice Interventions and Young Persons Early Intervention and Prevention Services. The Contract formally expired on 31 March 2024 although contractual arrangements with the Council have continued with Via on the same basis since 1 April 2024 whilst Officers considered the most appropriate approach to procurement. Total contract value depends on continuation of central government funding streams in 25/26. The contract start date was 1 December 2024.
Procurement Information
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 14/05/2025. 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-050c5d
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/036164-2025
- 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
85000000 - Health and social work services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 30 Jun 20255 months ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 12 Nov 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
- LONDON BOROUGH OF BRENT
- Contact Name
- Mr Bhavin Mistry
- Contact Email
- procurement@brent.gov.uk
- Contact Phone
- +44 2089373615
Buyer Location
- Locality
- WEMBLEY
- Postcode
- HA9 0FJ
- Post Town
- Harrow
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI7 Outer London - West and North West
- Small Region (ITL 3)
- TLI72 Brent
- Delivery Location
- TLI London
-
- Local Authority
- Brent
- Electoral Ward
- Wembley Park
- Westminster Constituency
- Brent West
Further Information
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-050c5d-2025-06-30T15:05:41+01:00",
"date": "2025-06-30T15:05:41+01:00",
"ocid": "ocds-h6vhtk-050c5d",
"description": "Written representations should be sent to procurement@brent.gov.uk Details of the award decision-makers - Brent Cabinet resolved to approve the direct award a contract in respect of contract for the provision of Integrated Treatment, Recovery Wellbeing and Substance Misuse Service to the provider Via Community Ltd for 1 year 4 months. https://democracy.brent.gov.uk/mgAi.aspx?ID=71270 Note any declared conflicts or potential conflicts of interest of individuals making the decision and how these were managed - There are no identified conflicts of interest. A report was prepared by the Officer recommending the award and the decision was made and taken by the Council's Cabinet. Relative importance of the key criteria that the relevant authority used to make a decision - The existing provider was assessed against key criteria which were equally weighted and the provider scored satisfactorily against the assessed criteria as set out below. Assessment of the existing provider's current performance against the existing contract taking into account the established key criteria: Quality and innovation: - meets expectation - The provider exceeded the targets for Numbers in Structured Treatment and Opiate completions Targets set out in the 23/24 as set out in the Borough Plan. The service continues to record no waiting times for the service and retention rates are well above the national average for opiates, alcohol and non opiates and alcohol and local performance is highlighted through the National Drug Treatment Drug Monitoring service (NDTMS). Value: - Meets expectations - Throughout the duration of the contract the service provider has responded to the needs of some of the boroughs most challenging and vulnerable residents many presenting with a range of health and social care needs including blood born viruses, engagement with the criminal justice system and social isolation and works within budget and resources available. The provider is currently working with Public Health, Police, Housing and Community Safety to ensure that those released on the released early from prison are linked into clinical treatment services. Integration, collaboration and service sustainability: - Meets expectations - The provider is working with key stakeholders across health, social care, housing, the criminal justice system and the police in Brent to improve residents directly impacted by problematic drug and alcohol misuse. The provider is partnering with local services at an operational level by delivering services within Housing, Probation and the Magistrates Courts, Police Custody Suites, satellite services to Family Wellbeing Centres and services working with rough sleepers and street homeless. Improving access, reducing health inequalities and facilitating choice: - Meets expectations - The provider works in collaboration with the commissioner and Public Health leads to increase access into services for key vulnerable groups. These have been highlighted in the service specification and outcomes which are provided through the monthly contract reports. Social value: - Meets expectations - The provider provides outreach and support for wider public health services and works with the boroughs most social excluded and vulnerable residents and provides additional support through the Individual Placement Support Programmes and Capital Card Scheme. The provider employs 40% of its staff from Brent and across North West London. Rationale for choosing the provider with reference to the key criteria: A direct award for one year and four months is to reflect the availability of current grants. Public Health anticipates that the Government will develop a new national drug strategy as a result of the comprehensive review to be undertaken. A new national policy direction may require public health commissioning to consider a new service model. While this is being coproduced with services users and partners, existing grants will be maintained for a further 12 months from 1 April 2025.",
"initiationType": "tender",
"tender": {
"id": "DN769585",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "Provision of Integrated Treatment, Recovery Wellbeing and Substance Misuse Service (PSR Direct award route C)",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
},
"mainProcurementCategory": "services",
"description": "The Council has a contract titled Integrated Treatment Recovery Wellbeing and Substance Misuse Service. The Integrated Treatment Recovery Wellbeing and Substance Misuse Service is provided by Via Care (formerly WDP - Westminster Drugs Project). The Contract formally expired on 31 March 2024 although contractual arrangements with the Council have continued with Via on the same basis since 1 April 2024 whilst Officers considered the most appropriate approach to procurement.",
"lots": [
{
"id": "1",
"description": "The Council has a contract titled Integrated Treatment Recovery Wellbeing and Substance Misuse Service. The Integrated Treatment Recovery Wellbeing and Substance Misuse Service is provided by Via Care (formerly WDP - Westminster Drugs Project). The service delivers against the key priorities outlined in 2021 National Drug Strategy: From Harm to Hope and this includes Clinical Prescribing including relapse prevention, Treatment and Recovery Services, Care Planned Counselling service and Recovery Day Programme, Outreach and Engagement, Criminal Justice Interventions and Young Persons Early Intervention and Prevention Services. The Contract formally expired on 31 March 2024 although contractual arrangements with the Council have continued with Via on the same basis since 1 April 2024 whilst Officers considered the most appropriate approach to procurement. Total contract value depends on continuation of central government funding streams in 25/26. The contract start date was 1 December 2024.",
"awardCriteria": {
"criteria": [
{
"name": "The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard",
"type": "quality",
"description": "100"
},
{
"type": "price"
}
]
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
}
],
"deliveryAddresses": [
{
"region": "UKI"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Award procedure without prior publication of a call for competition",
"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": "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 14/05/2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.",
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"where": {
"section": "DEFAULT"
}
}
],
"description": "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 direct award process C. Date of contract award - 30/06/2025 The dates between which the services are intended to be provided is 01/12/2025 - 31/03/2026 The approximate lifetime value of the contract is between PS4,857,964 and PS9,715,964."
}
]
},
"awards": [
{
"id": "018808-2025-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-146464",
"name": "Via Community Ltd"
}
]
}
],
"parties": [
{
"id": "GB-FTS-3165",
"name": "London Borough of Brent",
"identifier": {
"legalName": "London Borough of Brent"
},
"address": {
"streetAddress": "Brent Civic Centre, Engineers Way",
"locality": "Wembley",
"region": "UKI",
"postalCode": "HA9 0FJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Mr Bhavin Mistry",
"telephone": "+44 2089373615",
"email": "procurement@brent.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.brent.gov.uk/",
"buyerProfile": "http://www.brent.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-FTS-146464",
"name": "Via Community Ltd",
"identifier": {
"legalName": "Via Community Ltd"
},
"address": {
"streetAddress": "Passmores House, Third Avenue, Harlow",
"locality": "Essex",
"region": "UKI",
"postalCode": "CM18 6YL",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-117560",
"name": "THE MAYOR AND BURGESSES OF THE LONDON BOROUGH OF BRENT",
"identifier": {
"legalName": "THE MAYOR AND BURGESSES OF THE LONDON BOROUGH OF BRENT"
},
"address": {
"streetAddress": "Brent Civic Centre Engineers Way",
"locality": "Wembley",
"postalCode": "HA9 0FJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "procurement@brent.gov.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-3165",
"name": "London Borough of Brent"
},
"contracts": [
{
"id": "018808-2025-1",
"awardID": "018808-2025-1",
"status": "active",
"dateSigned": "2024-11-12T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "14",
"measure": "bids",
"relatedLot": "1",
"value": 1
},
{
"id": "15",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "16",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "17",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "18",
"measure": "electronicBids",
"relatedLot": "1",
"value": 0
},
{
"id": "12",
"measure": "lowestValidBidValue",
"relatedLot": "1",
"value": 4857964,
"currency": "GBP"
},
{
"id": "13",
"measure": "highestValidBidValue",
"relatedLot": "1",
"value": 9715964,
"currency": "GBP"
},
{
"id": "10",
"measure": "lowestValidBidValue",
"value": 4857964,
"currency": "GBP"
},
{
"id": "11",
"measure": "highestValidBidValue",
"value": 9715964,
"currency": "GBP"
}
]
},
"language": "en"
}