Notice Information
Notice Title
Specialist Accommodation-based Intensive Housing Support for High-risk Substance Misusers
Notice Description
Provision of Specialist Accommodation-based Intensive Housing Support for High-risk Substance Misusers. The Council intends to enter into an agreement to provide the Specialist Accommodation-based Intensive Housing Support for High-risk Substance Misusers for the period of 3 years with option to extend for 2 years subject to performance and budgetary approval. 426380GBP per annum. Total 2131900GBP over 5 years
Lot Information
Lot 1
The primary purpose of this service is to provide specialist accommodation-based intensive housing support for high-risk substance misusers that is delivered in a managed/controlled accommodation environment. The Specialist accommodation-based intensive housing support for high-risk substance misusers, will aim to: * Deliver intensive and focused recovery and reablement interventions that will support individuals to achieve a change and improvement in their behaviour or condition, so that they have the confidence and skills to obtain and/or maintain independent accommodation. * Through proactive engagement of hard to reach and vulnerable groups - minimise the harm associated with drug and alcohol misuse. * Deliver high quality and safe care which is client centred, offering personalised opportunities for those using drugs and/or alcohol to move towards sustained recovery. * Provide trauma informed, non-judgmental services that are fair and equitable providing good access to all and delivering a range of interventions which are evidence based, cost-effective and are responsive to customer need. * Improve the physical and mental health of complex substance misusing customers and work to address inequalities for priority vulnerable groups including women, underserved ethnic groups and those experiencing homelessness. * Address the ambitions of the Supplemental Substance Misuse Grant and the Rough Sleeper Drug and Alcohol Treatment Grant 22-25 and any subsequent funding objectives. In addition to the above aims the service will also contribute to the following for Derby City Council: * Service delivery in line with the conditions of Public Health Grant allocation in respect of substance misuse (section 31(4) of the Local Government Act 2003) * The duty to improve public health and address inequalities (steps considered appropriate for improving the health of the people in its area) (Health & Social Care Act 2012, s.12) * Delivery of drug and alcohol treatment as a statutory requirement under the Crime and Disorder Act 1998 (un-repealed) in accordance with the Council's Constitution. * Delivery of a world-class treatment and recovery system as detailed in the national drug strategy From Harm to Hope: A 10-year drugs plan to cut crime and save lives (H.M. Government 2022) and the Dame Carol Black Independent Review of Drugs part two: prevention, treatment, and recovery. * Delivery against Joined Up Care Derbyshire and the Health and Wellbeing Boards objectives in respect of reducing alcohol related harm.
Options: further 2 x 12 month extensions to a maximum contract period of 5 years
Procurement Information
Negotiated without a prior call for competition * The works, supplies or services can be provided only by a particular economic operator for the following reason: o Cost of change is prohibitive for new providers * Extreme urgency brought about by events unforeseeable for the contracting authority * New works/services, constituting a repetition of existing works/services Explanation: We are awarding the contract without prior publication under paragraphs 2(b)(ii), 2(c) and 9 of Article 32 of Directive2014/24/EU. The technical reason (2(b)(ii)) is that there will be significant cost and inconvenience to the Authority and economic operators associated with tendering for the following reasons: * The service requires significant sized, multiple premises within Derby to operate from, that include specialised clinical rooms and have sufficient capacity to allow for 1:1 counselling sessions and group activities simultaneously * These premises must include secure individual rooms with sanitary facilities * These premises must also include staff offices and secure reception areas * Clinical equipment, office equipment, security equipment, clinical supplies already in the community at contract handover will need to be replaced and this will occur again at the end of the contract period, causing inconvenience to service users and additional cost for the Council and economic operators * The current economic operator holds personal and sensitive data on service users which will need to be transferred to a new economic operator and transferred again at the end of the contract, increasing the risk of loss or breach of data * Under TUPE legislation the current economic operator's staff are entitled to transfer to the new economic operator Cost of change is therefore prohibitive for new providers. The urgency(2(c)) has been brought about as a result of: * Delays in establishing the Provider Selection Regime (PSR) after the establishment of Integrated Care Boards - all stakeholders expected PSR to have been established mid 2022 therefore not expecting a tender This service is a statutory requirement of the council therefore service provision must be maintained, a new contract can be put in place - a gap in service provision would break the law In accordance with paragraph 9 of Article 32 of Directive 2014/24/EU the new contract will provide identical services to those being delivered by the economic operator under their current contract, which was procured in accordance with Article 26 of Directive 2014/24/EU. The service provider forms part of the local integrated care system and thereby being part of the local health economy that needs stability after the recent turmoil of the pandemic, changes to legislation and the economic crisis. Therefore direct award also prevents further instability in the market.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-038c2a
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/034900-2022
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Limited
- Procurement Method Details
- Negotiated without publication of a contract notice
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
85 - Health and social work services
-
- CPV Codes
85312000 - Social work services without accommodation
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £2,131,900 £1M-£10M
Notice Dates
- Publication Date
- 9 Dec 20223 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 2 Dec 20223 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DERBY CITY COUNCIL
- Contact Name
- Linda Spiby
- Contact Email
- procurement@derby.gov.uk
- Contact Phone
- +44 1332643274
Buyer Location
- Locality
- DERBY
- Postcode
- DE1 2FS
- 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)
- TLF11 Derby
- Delivery Location
- TLF11 Derby
-
- Local Authority
- Derby
- Electoral Ward
- Darley
- Westminster Constituency
- Derby South
Further Information
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-h6vhtk-038c2a-2022-12-09T11:17:35Z",
"date": "2022-12-09T11:17:35Z",
"ocid": "ocds-h6vhtk-038c2a",
"description": "The Council will observe a 10 day standstill period from the publication of this notice.",
"initiationType": "tender",
"tender": {
"id": "TD1958",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Specialist Accommodation-based Intensive Housing Support for High-risk Substance Misusers",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "85312000",
"description": "Social work services without accommodation"
},
"mainProcurementCategory": "services",
"description": "Provision of Specialist Accommodation-based Intensive Housing Support for High-risk Substance Misusers. The Council intends to enter into an agreement to provide the Specialist Accommodation-based Intensive Housing Support for High-risk Substance Misusers for the period of 3 years with option to extend for 2 years subject to performance and budgetary approval. 426380GBP per annum. Total 2131900GBP over 5 years",
"lots": [
{
"id": "1",
"description": "The primary purpose of this service is to provide specialist accommodation-based intensive housing support for high-risk substance misusers that is delivered in a managed/controlled accommodation environment. The Specialist accommodation-based intensive housing support for high-risk substance misusers, will aim to: * Deliver intensive and focused recovery and reablement interventions that will support individuals to achieve a change and improvement in their behaviour or condition, so that they have the confidence and skills to obtain and/or maintain independent accommodation. * Through proactive engagement of hard to reach and vulnerable groups - minimise the harm associated with drug and alcohol misuse. * Deliver high quality and safe care which is client centred, offering personalised opportunities for those using drugs and/or alcohol to move towards sustained recovery. * Provide trauma informed, non-judgmental services that are fair and equitable providing good access to all and delivering a range of interventions which are evidence based, cost-effective and are responsive to customer need. * Improve the physical and mental health of complex substance misusing customers and work to address inequalities for priority vulnerable groups including women, underserved ethnic groups and those experiencing homelessness. * Address the ambitions of the Supplemental Substance Misuse Grant and the Rough Sleeper Drug and Alcohol Treatment Grant 22-25 and any subsequent funding objectives. In addition to the above aims the service will also contribute to the following for Derby City Council: * Service delivery in line with the conditions of Public Health Grant allocation in respect of substance misuse (section 31(4) of the Local Government Act 2003) * The duty to improve public health and address inequalities (steps considered appropriate for improving the health of the people in its area) (Health & Social Care Act 2012, s.12) * Delivery of drug and alcohol treatment as a statutory requirement under the Crime and Disorder Act 1998 (un-repealed) in accordance with the Council's Constitution. * Delivery of a world-class treatment and recovery system as detailed in the national drug strategy From Harm to Hope: A 10-year drugs plan to cut crime and save lives (H.M. Government 2022) and the Dame Carol Black Independent Review of Drugs part two: prevention, treatment, and recovery. * Delivery against Joined Up Care Derbyshire and the Health and Wellbeing Boards objectives in respect of reducing alcohol related harm.",
"hasOptions": true,
"options": {
"description": "further 2 x 12 month extensions to a maximum contract period of 5 years"
}
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKF11"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Negotiated without publication of a contract notice",
"coveredBy": [
"GPA"
],
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_TECHNICAL",
"description": "The works, supplies or services can be provided only by a particular economic operator due to absence of competition for technical reasons"
},
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_EXTREME_URGENCY",
"description": "Extreme urgency brought about by events unforeseeable for the contracting authority/entity and in accordance with the strict conditions stated in the directive"
},
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_REPETITION_EXISTING",
"description": "New works/services, constituting a repetition of existing works/services and ordered in accordance with the strict conditions stated in the directive"
}
],
"procurementMethodRationale": "Negotiated without a prior call for competition * The works, supplies or services can be provided only by a particular economic operator for the following reason: o Cost of change is prohibitive for new providers * Extreme urgency brought about by events unforeseeable for the contracting authority * New works/services, constituting a repetition of existing works/services Explanation: We are awarding the contract without prior publication under paragraphs 2(b)(ii), 2(c) and 9 of Article 32 of Directive2014/24/EU. The technical reason (2(b)(ii)) is that there will be significant cost and inconvenience to the Authority and economic operators associated with tendering for the following reasons: * The service requires significant sized, multiple premises within Derby to operate from, that include specialised clinical rooms and have sufficient capacity to allow for 1:1 counselling sessions and group activities simultaneously * These premises must include secure individual rooms with sanitary facilities * These premises must also include staff offices and secure reception areas * Clinical equipment, office equipment, security equipment, clinical supplies already in the community at contract handover will need to be replaced and this will occur again at the end of the contract period, causing inconvenience to service users and additional cost for the Council and economic operators * The current economic operator holds personal and sensitive data on service users which will need to be transferred to a new economic operator and transferred again at the end of the contract, increasing the risk of loss or breach of data * Under TUPE legislation the current economic operator's staff are entitled to transfer to the new economic operator Cost of change is therefore prohibitive for new providers. The urgency(2(c)) has been brought about as a result of: * Delays in establishing the Provider Selection Regime (PSR) after the establishment of Integrated Care Boards - all stakeholders expected PSR to have been established mid 2022 therefore not expecting a tender This service is a statutory requirement of the council therefore service provision must be maintained, a new contract can be put in place - a gap in service provision would break the law In accordance with paragraph 9 of Article 32 of Directive 2014/24/EU the new contract will provide identical services to those being delivered by the economic operator under their current contract, which was procured in accordance with Article 26 of Directive 2014/24/EU. The service provider forms part of the local integrated care system and thereby being part of the local health economy that needs stability after the recent turmoil of the pandemic, changes to legislation and the economic crisis. Therefore direct award also prevents further instability in the market."
},
"awards": [
{
"id": "034900-2022-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-70420",
"name": "The Riverside Group Limited"
}
]
}
],
"parties": [
{
"id": "GB-FTS-853",
"name": "Derby City Council",
"identifier": {
"legalName": "Derby City Council",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "Corporation Street",
"locality": "Derby",
"region": "UKF11",
"postalCode": "DE12FS",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Linda Spiby",
"telephone": "+44 1332643274",
"email": "procurement@derby.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.derby.gov.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-70420",
"name": "The Riverside Group Limited",
"identifier": {
"legalName": "The Riverside Group Limited",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "2 Estuary Boulevard, Speke",
"locality": "Liverpool, Merseyside",
"region": "UKD72",
"postalCode": "L24 8RF",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-70419",
"name": "Derby City Council",
"identifier": {
"legalName": "Derby City Council"
},
"address": {
"streetAddress": "Council House",
"locality": "Derby",
"postalCode": "DE1 2FS",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-853",
"name": "Derby City Council"
},
"contracts": [
{
"id": "034900-2022-1",
"awardID": "034900-2022-1",
"status": "active",
"value": {
"amount": 2131900,
"currency": "GBP"
},
"dateSigned": "2022-12-02T00:00:00Z"
}
],
"language": "en"
}