Provision of Drug and Alcohol Prevention, Harm Reduction, Treatment and Recovery Services

A Contract Award Notice
by HULL CITY COUNCIL

Source
Find a Tender
Type
Contract (Services)
Duration
not specified
Value
£44M
Sector
HEALTH
Published
04 Dec 2024
Delivery
not specified
Deadline
n/a

Concepts

Location

Hull

Geochart for 2 buyers and 2 suppliers

Description

Hull City Council (The Authority) has awarded contract(s) to provide the provision of Drug and Alcohol Prevention, Harm Reduction, Treatment and Recovery Services. The contract was awarded via Direct Award - Option C under the Provider Selection Regime (PSR) . The contract is anticipated to commence 1st April 2025 ending by 31st March 2029. The Authority has estimated the value of the services to be £26,951,138 for the core amount. There is an estimated amount of additional funding which may become available, the total value of the contract may be £44,079,918. This is a Provider Selection Regime (PSR) 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 Contract Regulations do not apply to this award.

Award Detail

1 Change Grow Live Services (Brighton)
  • ReNew Drug and Alcohol Treatment and Recovery Service
  • Reference: 1
  • Num offers: 1
  • Value: £39,740,892
2 Humber Teaching NHS Trust (Willerby)
  • Primary Care Interventions and Shared Care
  • Reference: 2
  • Num offers: 1
  • Value: £4,339,026

Award Criteria

Quality 100.0
PRICE _

CPV Codes

  • 85100000 - Health services

Indicators

  • Award on basis of price.

Other Information

This is a Transparency - Intention to Award Notice - to inform market of the Relevant Authority’s intention to Award a Contract under the Health Care Services (Provider Selection Regime) Regulations 2023, Direct Award - Option C. This service can only be delivered by existing commissioned suppliers for the drug and alcohol prevention, harm reduction, treatment and recovery services. The lifetime value of the contract(s) covering all Lots is expected to be £44,079,918. For clarity this includes potential funding subject to funds available, the estimated cost deducting the funding is £26,951,138. 1.A statement that the relevant authority is intending to award a contract following Direct Award Process Option C. 2.The name and address of the registered office or principal place of business of the provider(s) to whom an award is to be made. Change Grow Live Service Limited - North Suite, First Floor, 1 Jubilee Street, Brighton, East Sussex, England, BN1 1GE Humber Teaching NHS Foundation Trust - Willerby Hill, Beverley Road, Willerby , East Riding of Yorkshire, HU10 6ED 3.A description of the relevant health care services to which the contract relates, including the most relevant CPV code Public Health Services - Hull City Council 85100000 - Health Care Services. 4.The approximate lifetime value of the contract(s). £44,079,918 split by each contract is: ReNew Drug and Alcohol Treatment and Recovery Service - £39,740,892 Primary Care Interventions and Shared Care - £4,339,026 5.Details of the award decision-makers. Governance - Hull City Council - Public Health Directorate 6.A statement explaining the award decision-makers' reasons for selecting the chosen provider, with reference to the key criteria. Considered by public health service and guidance obtained to use PSR Regulations: The providers have a proven track record of delivering the current contract to a sufficient standard in Hull. Reviews of 5-years’ worth of performance data, quarterly contract meetings and annual contract reviews were undertaken and reports which included narrative around additional factors that were considered (for example, the impact of COVID-19, responses to short-notice grant funding initiatives). The Service Review was shared with external partners contributing to our decision making as well as colleagues in procurement and legal. The Review was then cross-referenced with the Key Evaluation Criteria to assess whether the provider was satisfying the existing contract and whether they would be able to satisfy the new contract. The weighting for each of the criteria was as follows: 1. Quality and Innovation – 30% 2. Value – 20% 3. Integration, collaboration and service sustainability - 20% 4. Improving access, reducing health inequalities, and facilitating choice - 15% 5. Social value - 15% As further assurance that the provider would be able to satisfy the new contract to a sufficient standard, Quality Assurance questions based on the updated service specification were issued covering the following domains: • Aims and Objectives of the Model • Summary of Interventions and components • Approach, policies and best practice • Venues, Service times and supporting rationale • Involvement of Lived Experience • Organisational Structure, lines of accountability and subcontracting • Safeguarding • Health intelligence, engagement in research, and innovative approaches • Ensuring the health and social gains achieved are sustained and continue to positively impact on service users and the wider community • Contribution to local health and social care retention and development 8.Any declared conflicts or potential conflicts of interest. None declared

Reference

Domains