CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: 076836/S 000-2025
Nature of contract: Service contract
Procedure: Not specified
Regulation of procurement: Not applicable
Type of bid required: Not applicable

UKPGA UK4: Tender Notice

I) Contracting Authority/Entity
I.1) Name and addresses
Official name: Police and Crime Commissioner for South Wales
National registration number: PYVQ-9856-GTXR

Postal address: Cowbridge Road
Town: BRIDGEND
Region: Bridgend and Neath Port Talbot
Postal code: CF31 3SU
Country: United Kingdom

Contact Person: Sarah Fry
Email: swp-procurement@south-wales.police.uk

I.3) Communication
Tenders or requests to participate must be submitted
Electronically
All documents must be submitted via:
eTenderWales website
code itt_121322

I.4) Type of the contracting authority
Public authority – sub-central government

II) Object
II.1.1) Title
Substance Use Recovery Interventions for Justice Services (Previously Offender Intervention)
Reference number: JCPS0750

II.1.3) Type of contract
Services
Special regime
LightTouch

II.1.4) Short description
UPDATED CONTRACT TITLE : Substance Use Recovery Interventions for Justice Services (previously Offender Intervention)
UPDATED CONTRACT LENGTH – New contract length 2+1 due to the recent changes to Police and Crime Commissioners role ending in 2028.
UPDATED PROCEDURE – Now Open Procedure
Description
South Wales Police (the Commissioner) is the lead contracting party for Substance Use Recovery Interventions for Justice Services (previously Offender Intervention) for Cardiff and the Vale of Glamorgan, Cwm Taf Morgannwg and the public sector prisons of His Majesty’s Prisons Cardiff, Usk and Prescoed . The Services are also commissioned on behalf of His Majesty’s Prison and Probation Service Wales.
The Contractor shall deliver the Service, ensuring drug and/or alcohol related offending is addressed by assessing, engaging and diverting Service Users out of crime and into appropriate interventions , reducing the risk of harm to Service Users and their families, peers and their wider communities.
The Contractor shall support the reduction of drug and/or alcohol related offending in accordance with the:
• Commissioner’s Police, Crime and Justice Plan
• HMPPS priorities
• Wales Reducing Re-offending Strategy
• His Majesty’s Inspectorate of Prisons (HMIP) report findings
• His Majesty’s Inspectorate of Constabulary (HMIC) report findings
• Integrated Offender Management Cymru Strategic Framework and Delivery Manual
The Contractor shall ensure the Service identifies and considers the barriers that individuals or groups may face in engaging with such Services and mitigate these to enable equity of Service.
Whilst the Commissioner is the sole contractual party, the Contractor is required to develop and sustain close working relationships with a number of other organisations in order to provide an effective Service throughout the Contract Period. Such organisations shall include (but not be limited to):
• Area Planning Boards (“APB’s”) for substance misuse in CAV and CTM
• HMPPS
• His Majesty’s Courts and Tribunals Service
• South Wales Police (SWP)
• Local Health Boards
• Local Authorities
• Housing Contractors
• Other substance use services in Wales
• Others named or referred to throughout this Specification
The Contractor shall provide the Service in accordance with the:
• Welsh Government Substance Misuse Treatment Frameworks (SMTF)
• The objectives of South Wales Criminal Justice Board
• HMPPS in Wales Reducing Reoffending Plan
The Contractor shall provide assessment, diversion and engagement Services to adults, whose offending behaviour or criminogenic need is linked to substance use. The Contractor shall deliver the Services within custody suites, courts, community and the prison estate to Service Users who reside , or would normally be expected to reside*, within the following unitary local authority areas, namely:
i. Bridgend
ii. Cardiff
iii. Vale of Glamorgan
iv. Rhondda Cynon Taf
v. Merthyr Tydfil
(*NB – currently in the prison estate within the UK and returning to one of the above local authority areas upon release, or those currently having no fixed /settled address but rough sleeping/staying within the area.)
The Contractor shall ensure that the Service is provided at all locations:
• With appropriate space available to offer group or private 1:1 support;
• With appropriate space in which to deliver the Service in an environment which meets the diverse needs and requirements of each Service User.
Bidders should note, optional requirements for additional location(s)/premise(s) have been included in the specification. The additional premise(s)/location(s) will be within the South Wales Police force area – this is not required at the moment but may be required during the Contract Period.

II.1.7) Total value of the procurement
Value (including VAT)
7,560,000
Value (excluding VAT)
6,300,000
Currency
GBP

II.2) Description
II.2.1) Title
Contract/Lot No
1

II.2.2) CPV codes
Main CPV codes
85100000
85300000

II.2.3) Place of performance
NUTS code
UKL15 – Central Valleys
UKL17 – Bridgend and Neath Port Talbot
UKL22 – Cardiff and Vale of Glamorgan

II.2.5) Award Criteria
Quality
Name: Technical
Weighting: 80

Price
Name: Commercial
Weighting: 20

II.2.6) Estimated Value
Value (excluding VAT)
6,300,000
Currency
GBP

II.2.7) Contract dates (estimated)
Start
2026-04-01 00:00
End
2028-03-31 23:59
Duration
2 years
Possible extension
2029-03-31 23:59
Extended duration
3 years
This contract is subject to renewal
Yes
Description of renewals
One 12 month extension

III) Legal, economic, financial and technical information
III.1) Conditions for participation

III.1.3) Technical and professional ability
Additional technical selection criteria
The following are required and there are no equivalents:
1 – Health Inspectorate Wales registration (further information supplied in the ITT)
2 – Cyber Essentials Plus
Further information is outlined in the Supplier Questionnaire in eTenderWales and the ITT.

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Outlined in ITT document

IV) Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive flexible procedure
Accelerated procedure
Justification
Light touch contract

IV.1.10) Identification of the national rules applicable to the procedure
Information about national procedures is available at
THIS IS NOW AN OPEN PROCEDURE.
Detailed award criteria is outlined in Part 4 of the ITT.
80% Commercial
20% Technical

IV.2) Administrative information
IV.2.1) Tender period dates
Enquiry deadline
2025-12-11 12:00
Estimated award decision date
2026-01-12 23:59

IV.2.2) Tender submission deadline
2025-12-19 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted
English
Welsh

VI) Complementary information
Link to source/bidding documents

Conflicts assessment prepared/revised
Yes
Risk details
Outlined in ITT document

VI.5) Date of dispatch of this notice
2025-11-25 12:23

RELATED ARTICLES

December 5, 2025

Tidal Current Study 2026 (Modelling & Validation)

Type of document: Contract Notice Country: United Kingdom 1. Title: TIDAL CURRENT STUDY 2026 (MODELLING & VALIDATION) 2. Awarding Authority: Milford Haven Port

December 5, 2025

Personal Protective Equipment

Type of document: Contract Notice Country: United Kingdom 1. Title: PERSONAL PROTECTIVE EQUIPMENT 2. Awarding Authority: CPD – Supplies and Services Division, DoJ,