Award

Derby Integrated Drug and Alcohol Recovery System

DERBY CITY COUNCIL

This public procurement record has 1 release in its history.

Award

09 Dec 2022 at 11:19

Summary of the contracting process

The Derby City Council has awarded a contract for the provision of the Derby Integrated Drug and Alcohol Recovery System. The contract value is 22,340,805 GBP over 5 years. The procurement method used was "Negotiated without publication of a contract notice" due to technical reasons and extreme urgency. The buying organization is the Derby City Council, and the contracting authority is Derby City Council. The procurement stage is complete, and the location is Derby, United Kingdom. The industry category is services for toxic substances rehabilitation.

This tender for the Derby Integrated Drug and Alcohol Recovery System provides opportunities for businesses in the healthcare and rehabilitation services industry. Companies capable of delivering world-class treatment and recovery systems, as detailed in national drug strategies, would be well-suited to compete. The contract aims to address substance misuse partnership priorities, reduce harm caused by drug and alcohol misuse, and improve the health and wellbeing of vulnerable groups. Businesses offering trauma-informed, evidence-based interventions and personalised care to support sustained recovery would find this tender suitable for their expertise.

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

Derby Integrated Drug and Alcohol Recovery System

Notice Description

Provision of the Derby Integrated Drug and Alcohol Treatment and Recovery System. The Council intends to enter into an agreement to provide the Derby Integrated Drug and Alcohol Recovery System for the period of 3 years with option to extend for 2 years subject to performance and budgetary approval. 4468161GBP per annum, Total 22340805GBP over 5 years

Lot Information

Lot 1

Provision of the Derby Integrated Drug and Alcohol Treatment and Recovery System will discharge the following for Derby City Council: * Statutory 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) * Deliver drug and alcohol treatment as a statutory requirement under the Crime and Disorder Act 1998 (un-repealed) in accordance with the Council's Constitution. * Deliver 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. In addition, the service will contribute to the substance misuse partnership priorities of: * Reducing drug and alcohol related deaths. * Reducing alcohol related harm. * Providing a treatment place for every offender. * Increasing the number of people recovering from addiction. The service will also aim to: * Be place based, locality orientated influenced by insight driven intelligence and data. * 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. * Deliver recovery focused interventions which assist clients to attain a good standard of health and wellbeing and achieve a drug free life and/or achieve abstinence from alcohol or controlled drinking. * Reduce the level of harm caused to individuals, families and the wider community as a result of drug and alcohol misuse. * 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 client need. * Improve the physical and mental health of complex substance misusing clients 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. There will be a core offer of one-to-one key working, and where appropriate pharmacological interventions. These will be enhanced through the use of a range of tools and techniques to increase motivation to change, support sustainable behaviour change and build recovery capital including the use of breathalysers, fibro scanning and health monitoring, digital approaches, engagement with physical activities, education and employment interventions and peer and group support. There will be a flexibility in the service offer which recognises the need for a tailored service response particularly for key vulnerable and priority groups including, women, those within the criminal justice system, people from underserved and hard to reach communities including those with complex mental and physical health conditions and those experiencing homelessness.

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 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 The Council need to ensure provision is maintained, a gap in service provision would break the law - these are statutory requirements. 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-038c2b
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/034901-2022
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

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

90743200 - Toxic substances rehabilitation services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£22,340,805 £10M-£100M

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

DERBYSHIRE HEALTHCARE NHS FOUNDATION TRUST

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-h6vhtk-038c2b-2022-12-09T11:19:10Z",
    "date": "2022-12-09T11:19:10Z",
    "ocid": "ocds-h6vhtk-038c2b",
    "description": "The Council will observe a 10 day standstill period from the publication of this notice.",
    "initiationType": "tender",
    "tender": {
        "id": "TD1955",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Derby Integrated Drug and Alcohol Recovery System",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "90743200",
            "description": "Toxic substances rehabilitation services"
        },
        "mainProcurementCategory": "services",
        "description": "Provision of the Derby Integrated Drug and Alcohol Treatment and Recovery System. The Council intends to enter into an agreement to provide the Derby Integrated Drug and Alcohol Recovery System for the period of 3 years with option to extend for 2 years subject to performance and budgetary approval. 4468161GBP per annum, Total 22340805GBP over 5 years",
        "lots": [
            {
                "id": "1",
                "description": "Provision of the Derby Integrated Drug and Alcohol Treatment and Recovery System will discharge the following for Derby City Council: * Statutory 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) * Deliver drug and alcohol treatment as a statutory requirement under the Crime and Disorder Act 1998 (un-repealed) in accordance with the Council's Constitution. * Deliver 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. In addition, the service will contribute to the substance misuse partnership priorities of: * Reducing drug and alcohol related deaths. * Reducing alcohol related harm. * Providing a treatment place for every offender. * Increasing the number of people recovering from addiction. The service will also aim to: * Be place based, locality orientated influenced by insight driven intelligence and data. * 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. * Deliver recovery focused interventions which assist clients to attain a good standard of health and wellbeing and achieve a drug free life and/or achieve abstinence from alcohol or controlled drinking. * Reduce the level of harm caused to individuals, families and the wider community as a result of drug and alcohol misuse. * 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 client need. * Improve the physical and mental health of complex substance misusing clients 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. There will be a core offer of one-to-one key working, and where appropriate pharmacological interventions. These will be enhanced through the use of a range of tools and techniques to increase motivation to change, support sustainable behaviour change and build recovery capital including the use of breathalysers, fibro scanning and health monitoring, digital approaches, engagement with physical activities, education and employment interventions and peer and group support. There will be a flexibility in the service offer which recognises the need for a tailored service response particularly for key vulnerable and priority groups including, women, those within the criminal justice system, people from underserved and hard to reach communities including those with complex mental and physical health conditions and those experiencing homelessness.",
                "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 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 The Council need to ensure provision is maintained, a gap in service provision would break the law - these are statutory requirements. 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": "034901-2022-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-70421",
                    "name": "Derbyshire Healthcare NHS Foundation Trust"
                }
            ]
        }
    ],
    "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-70421",
            "name": "Derbyshire Healthcare NHS Foundation Trust",
            "identifier": {
                "legalName": "Derbyshire Healthcare NHS Foundation Trust",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "Trust Headquarters, Kingsway Hospital,",
                "locality": "Derby, Derbyshire,",
                "region": "UKF1",
                "postalCode": "DE22 3LZ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-854",
            "name": "Derby City Council",
            "identifier": {
                "legalName": "Derby City Council"
            },
            "address": {
                "streetAddress": "Council House, Corporation Street",
                "locality": "Derby",
                "postalCode": "DE1 2FS",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-853",
        "name": "Derby City Council"
    },
    "contracts": [
        {
            "id": "034901-2022-1",
            "awardID": "034901-2022-1",
            "status": "active",
            "value": {
                "amount": 22340805,
                "currency": "GBP"
            },
            "dateSigned": "2022-12-02T00:00:00Z"
        }
    ],
    "language": "en"
}