Adult Community Substance Use Treatment and Recovery Services

Award

Value

£62,090,187

Classifications

  • Rehabilitation services
  • Health and social work services

Tags

  • award
  • contract

Published

3 months ago

Description

The Authority wishes to commission an Adult Community Substance Use Treatment and Recovery Service. The Service will deliver recovery-oriented substance use treatment and recovery support for adults aged 18 and above as well as for their family, carers, and supporting others. The Service will be delivered across the community and will have strong links with the criminal justice system, health services, social care and the VCSFE.
Key aims of the Service will be delivered under 3 core strands:
1. Prevention, Wellbeing, and Harm Reduction
2. Treatment
3. Recovery, Development and Support
In addition to the core strands, the Service will be required to deliver against specific pathways for Service Users who have multiple complex needs including:
1. Homelessness and Rough Sleeping
2. Domestic Abuse
3. Mental Health
4. Criminal Justice
5. Family Safeguarding
The Service will also work closely with the Authority around managing and responding to Drug and Alcohol Related Deaths and Non-Fatal Overdoses.
The service model for the new Community Substance Use Treatment and Recovery Service broadly follows the same structure and principles of the previous contract with additions and amendments reflecting changes in national guidance and an extensive service user and stakeholder consultation.
The new Service will be delivered across all of Lancashire.
See tender documents for full details.
Future funding is not guaranteed, in the event that additional grant funding ceases, service delivery will be reduced accordingly.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Open Framework for Alternative Provision

1. The key Service Aim is to support the Council’s priorities identified in the Council plan | Westmorland and Furness Council). Service Vision 2. The vision for the service is to ensure that all children, regardless of circumstance or setting, receive a good education. The service therefore is committed to ensuring all alternative provision commissioned for a child or young person in Westmorland and Furness is of good quality, registered where appropriate, and delivered by high quality staff with suitable training, experience and safeguarding checks. 3. All alternative provision that is commissioned must be suitable to a child or young person’s age, ability and aptitude and any special educational needs (SEN) they may have. 4. All children and young people will make good progress against outcomes, identified prior to the start of a placement with a Provider and will have access to meaningful qualifications. This will mean they are equipped to progress onto the next stage in their educational career and are enabled to participate and contribute positively to society in the future. 5. Placements into alternative provision will always be made with the child or young person’s reintegration back into mainstream education or move onto a sustained post-16 destination in mind. 6. The placement of a child or young person with a Provider is consistent with the efficient use of resources. Service Description 7. The following Services are in scope of this specification: Lot 1: Alternative Provision where the provider is registered with Ofsted (or an equivalent body). This may include providers who are registered with Ofsted, but the category of their registration does not include learners to whom they are offering alternative provision. Lot 2: Alternative Provision where the provider is not registered with Ofsted (or an equivalent body) Lot 3: Alternative Provision for pupils with medical conditions that prevent their attendance at school. The Framework will be managed with providers being placed on either Provider List A or B. The criteria for being on each list is as follows: • List A is for Registered Providers and therefore those applying to Lot 1 would be placed on this list. It is also possible those applying for Lot 3 could also be a registered provider and be placed on List A. List B is for Providers who are unregistered whether applying for Lot 2 and or Lot 3.

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete