Notice Information
Notice Title
CPH081B REOPENING Residential Rehabilitation for Drug and Alcohol Treatment and Recovery - Round 3
Notice Description
REOPENING of Bespoke Framework Residential Rehabilitation for Drugs and Alcohol Treatment and Recovery - Round 3 Round 3 - Framework for residential rehabilitation placements, under the Light Touch Regime (LTR) using a bespoke framework procedure. The specification outlines the minimum quality, care standard and performance management expectations for purchased services for residential rehabilitation. The framework will consist of: * Residential Rehabilitation service for drug and alcohol treatment and recovery. The framework contract commenced on 01 May 2023 for a period of 3 years to 30 April 2026 with an option to extend for 1 further year. Under the LTR Regime the bespoke framework criteria is as follows: * Tenderers who meet the selection criteria of a minimum quality score of 40% shall be deemed to be compliant. * Round 3 of the framework is to top up the existing number of providers up to a maximum of 20. The six (6) highest scoring tenders who meet the selection criteria will be added to the existing framework. * Providers already accepted onto the framework do not need to reapply * If the number of providers on the Bespoke Framework falls to 15 the Council reserves the right to reopen the Framework, in line with the process detailed below: * Following a review of compliant tenderers who met the selection criteria, but were not awarded a place on the framework, the 5 highest scoring compliant tenderers shall be offered a place on the framework. Subject to no changes to CQC rating and delivery model. * If the Council does not receive a response to its offer within the timeframe identified, it shall reserve the right to withdraw the offer and offer the place on the framework to the next highest scoring complaint Tenderers. Subject to no changes to CQC rating and delivery model. * If, based on the original tender submissions, there are insufficient compliant Tenderers to meet the numbers required for the framework, the Council shall reopen the Framework to new expressions of interested by issuing an Invitation to Tender. Tenders shall be assessed using the selection and scoring criteria defined in the original tender documents. The highest scoring compliant Tenderers shall be added onto the Framework, to the maximum number of providers of 20. * Should the number of providers fall to 15 at any point in the contract period, the Council reserves the right to repeat the process as detailed above. The framework contract commenced on 01 May 2023 for a period of 3 years to 30 April 2026 with an option to extend for 1 further year.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-6973f3e6-8228-4862-a160-52e2c4d5fe73
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/88163f15-90f2-4f51-b330-5d8fd4dbfbc8
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure (above threshold)
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
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
- £2,200,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 21 Dec 20232 years ago
- Submission Deadline
- 26 Jan 2024Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 14 Apr 2024 - 30 Apr 2026 2-3 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DERBYSHIRE COUNTY COUNCIL
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- MATLOCK
- Postcode
- DE4 3AG
- Post Town
- Derby
- Country
- England
-
- Major Region (ITL 1)
- TLF East Midlands (England)
- Basic Region (ITL 2)
- TLF1 Derbyshire and Nottinghamshire
- Small Region (ITL 3)
- TLF13 South and West Derbyshire
- Delivery Location
- Not specified
-
- Local Authority
- Derbyshire Dales
- Electoral Ward
- Matlock West
- Westminster Constituency
- Derbyshire Dales
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/88163f15-90f2-4f51-b330-5d8fd4dbfbc8
21st December 2023 - Opportunity notice on Contracts Finder
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-b5fd17-6973f3e6-8228-4862-a160-52e2c4d5fe73-2023-12-21T12:08:42Z",
"date": "2023-12-21T12:08:42Z",
"ocid": "ocds-b5fd17-6973f3e6-8228-4862-a160-52e2c4d5fe73",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "DERBSCC001-DN701068-59301295",
"title": "CPH081B REOPENING Residential Rehabilitation for Drug and Alcohol Treatment and Recovery - Round 3",
"description": "REOPENING of Bespoke Framework Residential Rehabilitation for Drugs and Alcohol Treatment and Recovery - Round 3 Round 3 - Framework for residential rehabilitation placements, under the Light Touch Regime (LTR) using a bespoke framework procedure. The specification outlines the minimum quality, care standard and performance management expectations for purchased services for residential rehabilitation. The framework will consist of: * Residential Rehabilitation service for drug and alcohol treatment and recovery. The framework contract commenced on 01 May 2023 for a period of 3 years to 30 April 2026 with an option to extend for 1 further year. Under the LTR Regime the bespoke framework criteria is as follows: * Tenderers who meet the selection criteria of a minimum quality score of 40% shall be deemed to be compliant. * Round 3 of the framework is to top up the existing number of providers up to a maximum of 20. The six (6) highest scoring tenders who meet the selection criteria will be added to the existing framework. * Providers already accepted onto the framework do not need to reapply * If the number of providers on the Bespoke Framework falls to 15 the Council reserves the right to reopen the Framework, in line with the process detailed below: * Following a review of compliant tenderers who met the selection criteria, but were not awarded a place on the framework, the 5 highest scoring compliant tenderers shall be offered a place on the framework. Subject to no changes to CQC rating and delivery model. * If the Council does not receive a response to its offer within the timeframe identified, it shall reserve the right to withdraw the offer and offer the place on the framework to the next highest scoring complaint Tenderers. Subject to no changes to CQC rating and delivery model. * If, based on the original tender submissions, there are insufficient compliant Tenderers to meet the numbers required for the framework, the Council shall reopen the Framework to new expressions of interested by issuing an Invitation to Tender. Tenders shall be assessed using the selection and scoring criteria defined in the original tender documents. The highest scoring compliant Tenderers shall be added onto the Framework, to the maximum number of providers of 20. * Should the number of providers fall to 15 at any point in the contract period, the Council reserves the right to repeat the process as detailed above. The framework contract commenced on 01 May 2023 for a period of 3 years to 30 April 2026 with an option to extend for 1 further year.",
"datePublished": "2023-12-21T12:08:42Z",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 2200000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (above threshold)",
"tenderPeriod": {
"endDate": "2024-01-26T11:00:00Z"
},
"contractPeriod": {
"startDate": "2024-04-15T00:00:00+01:00",
"endDate": "2026-04-30T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": true
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/88163f15-90f2-4f51-b330-5d8fd4dbfbc8",
"datePublished": "2023-12-21T12:08:42Z",
"format": "text/html",
"language": "en"
}
]
},
"parties": [
{
"id": "GB-CFS-131948",
"name": "Derbyshire County Council",
"identifier": {
"legalName": "Derbyshire County Council"
},
"address": {
"streetAddress": "County Hall",
"locality": "Matlock",
"postalCode": "DE4 3AG",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Mrs Jayne Smith",
"email": "jayne.smith@derbyshire.gov.uk",
"telephone": "+441629536201"
},
"details": {
"url": "http://www.derbyshire.gov.uk/"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-131948",
"name": "Derbyshire County Council"
}
}