Tender

CPH081A REOPENING Residential Rehabilitation for Drug and Alcohol Treatment and Recovery - Round 2

DERBYSHIRE COUNTY COUNCIL

This public procurement record has 1 release in its history.

Tender

17 Jul 2023 at 13:19

Summary of the contracting process

The Derbyshire County Council is inviting tenders for the CPH081A REOPENING Residential Rehabilitation for Drug and Alcohol Treatment and Recovery - Round 2. This procurement falls under the Health and social work services industry category and has a contract value of GBP 2,200,000. The procurement method is open, with a tender deadline of 30th August 2023. The contract period is from 13th November 2023 to 30th April 2027.

This tender presents an opportunity for small and voluntary sector enterprises to provide residential rehabilitation services for drug and alcohol treatment and recovery. Businesses involved in health and social work services would be well-suited to compete for this contract, which aims to enhance service provision in the specified region while ensuring compliance with quality standards and performance expectations.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

CPH081A REOPENING Residential Rehabilitation for Drug and Alcohol Treatment and Recovery - Round 2

Notice Description

REOPENING of Bespoke Framework Residential Rehabilitation for Drugs and Alcohol Treatment and Recovery - Round 2 Round 2 - 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 2 of the framework is to top up the existing number of providers up to a maximum of 20. The seven (7) 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.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-cba1bd03-2f33-49b1-9559-612534f120ca
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/fa48ac84-b3d1-4f5f-bd4f-c7e6cd99f8ae
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
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
17 Jul 20232 years ago
Submission Deadline
30 Aug 2023Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
13 Nov 2023 - 30 Apr 2027 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-cba1bd03-2f33-49b1-9559-612534f120ca-2023-07-17T14:19:49+01:00",
    "date": "2023-07-17T14:19:49+01:00",
    "ocid": "ocds-b5fd17-cba1bd03-2f33-49b1-9559-612534f120ca",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "DERBSCC001-DN679649-93504600",
        "title": "CPH081A REOPENING Residential Rehabilitation for Drug and Alcohol Treatment and Recovery - Round 2",
        "description": "REOPENING of Bespoke Framework Residential Rehabilitation for Drugs and Alcohol Treatment and Recovery - Round 2 Round 2 - 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 2 of the framework is to top up the existing number of providers up to a maximum of 20. The seven (7) 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": "2023-07-17T14:19:49+01:00",
        "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",
        "tenderPeriod": {
            "endDate": "2023-08-30T11:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2023-11-13T00:00:00Z",
            "endDate": "2027-04-30T23:59:59+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/fa48ac84-b3d1-4f5f-bd4f-c7e6cd99f8ae",
                "datePublished": "2023-07-17T14:19:49+01:00",
                "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": "Jayne Smith",
                "email": "jayne.smith@derbyshire.gov.uk",
                "telephone": "+44 1629536201"
            },
            "details": {
                "url": "http://www.derbyshire.gov.uk/"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-131948",
        "name": "Derbyshire County Council"
    }
}