Award

The Supply of Needle Exchange Goods and Naloxone

DERBY CITY COUNCIL

This public procurement record has 2 releases in its history.

Award

21 May 2024 at 09:54

Award

25 Sep 2023 at 13:13

Summary of the contracting process

In Derby, the DERBY CITY COUNCIL has completed the procurement process for "The Supply of Needle Exchange Goods and Naloxone" under services category, with a total contract value of 550,000 GBP. The procurement method used was a limited award procedure without prior publication of a competition call. The process was initiated as a tender, and the status of the contract is now cancelled. The award was granted to Frontier NX Ltd, an SME based in Chorley, UK.

This tender presents business growth opportunities for suppliers of toxic substances rehabilitation services. Businesses in the medical equipment, pharmaceuticals, and personal care products industry can compete for contracts like these. The DERBY CITY COUNCIL aims to maintain service provision and address public health issues, offering a stable market for suppliers. The contract includes options for two annual extensions, providing potential for long-term partnership and revenue growth for suitable businesses.

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

The Supply of Needle Exchange Goods and Naloxone

Notice Description

The supply of needle and syringe goods: * Needles * Syringes * other equipment used to prepare and take drugs e.g. filters and mixing containers * Naloxone (Prenoxad and Nyxoid) * Sharps containers for client use

Lot Information

Lot 1

The supply of needle and syringe goods: * Needles * Syringes * other equipment used to prepare and take drugs e.g. filters and mixing containers * Naloxone (Prenoxad and Nyxoid) * Sharps containers for client use As part of a needle and syringe programme (NSPs) this supply contributes to a reduction in the transmission of blood-borne viruses and other infections caused by sharing injecting equipment, such as HIV, hepatitis B and C and forms part of the wider integrated drug and alcohol treatment and recovery system which aims to 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 * Increasing the number of people recovering from addiction. The service will also aim to: * Reduce the level of harm caused to individuals, families and the wider community as a result of drug misuse. * 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.

Options: Up to two annual extensions from 01/04/2027 and 01/04/2028

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 logistics, 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. Stock would need to be collected at the end of the current contract and destroyed at cost, new stock delivered up front of contract start * Cost of retraining pharmacy staff due to changes in stock ordering systems and needle exchange pack changes * Cost of monitoring claims with changes in packs and ordering system * Familiarising service users with new packs - potential increase in harm with reduced uptake of the needle and syringe programme * Pharmacy disruption - pharmacies are going through a significant period of change, this would add to their workload and damage provider, pharmacist, service user and commissioner relationships * Uncertainty regarding the supply of naloxone by the same provider - economies of scale 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 * Procurement do not have capacity to support a procurement process * Public Health do not have capacity to support full commissioning and procurement process 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-04036c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/015975-2024
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
SME

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
£550,000 £500K-£1M

Notice Dates

Publication Date
21 May 20241 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
24 Sep 20232 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
DERBY CITY COUNCIL
Contact Name
Paul Hallsworth
Contact Email
procurement@derby.gov.uk
Contact Phone
+44 1332640768

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
TLF East Midlands (England), TLF11 Derby

Local Authority
Derby
Electoral Ward
Darley
Westminster Constituency
Derby South

Supplier Information

Number of Suppliers
1
Supplier Name

FRONTIER NX

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-04036c-2024-05-21T10:54:35+01:00",
    "date": "2024-05-21T10:54:35+01:00",
    "ocid": "ocds-h6vhtk-04036c",
    "description": "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 logistics, 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. Stock would need to be collected at the end of the current contract and destroyed at cost, new stock delivered up front of contract start * Cost of retraining pharmacy staff due to changes in stock ordering systems and needle exchange pack changes * Cost of monitoring claims with changes in packs and ordering system * Familiarising service users with new packs - potential increase in harm with reduced uptake of the needle and syringe programme * Pharmacy disruption - pharmacies are going through a significant period of change, this would add to their workload and damage provider, pharmacist, service user and commissioner relationships * Uncertainty regarding the supply of naloxone by the same provider - economies of scale 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 * Procurement do not have capacity to support a procurement process * Public Health do not have capacity to support full commissioning and procurement process 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. The Council will observe a 10 day standstill period from the publication of this notice.",
    "initiationType": "tender",
    "tender": {
        "id": "TD2067",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "The Supply of Needle Exchange Goods and Naloxone",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "90743200",
            "description": "Toxic substances rehabilitation services"
        },
        "mainProcurementCategory": "services",
        "description": "The supply of needle and syringe goods: * Needles * Syringes * other equipment used to prepare and take drugs e.g. filters and mixing containers * Naloxone (Prenoxad and Nyxoid) * Sharps containers for client use",
        "lots": [
            {
                "id": "1",
                "description": "The supply of needle and syringe goods: * Needles * Syringes * other equipment used to prepare and take drugs e.g. filters and mixing containers * Naloxone (Prenoxad and Nyxoid) * Sharps containers for client use As part of a needle and syringe programme (NSPs) this supply contributes to a reduction in the transmission of blood-borne viruses and other infections caused by sharing injecting equipment, such as HIV, hepatitis B and C and forms part of the wider integrated drug and alcohol treatment and recovery system which aims to 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 * Increasing the number of people recovering from addiction. The service will also aim to: * Reduce the level of harm caused to individuals, families and the wider community as a result of drug misuse. * 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.",
                "hasOptions": true,
                "options": {
                    "description": "Up to two annual extensions from 01/04/2027 and 01/04/2028"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKF"
                    },
                    {
                        "region": "UKF11"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "coveredBy": [
            "GPA"
        ],
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_OUTSIDE_SCOPE",
                "description": "The procurement falls outside the scope of application of 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 logistics, 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. Stock would need to be collected at the end of the current contract and destroyed at cost, new stock delivered up front of contract start * Cost of retraining pharmacy staff due to changes in stock ordering systems and needle exchange pack changes * Cost of monitoring claims with changes in packs and ordering system * Familiarising service users with new packs - potential increase in harm with reduced uptake of the needle and syringe programme * Pharmacy disruption - pharmacies are going through a significant period of change, this would add to their workload and damage provider, pharmacist, service user and commissioner relationships * Uncertainty regarding the supply of naloxone by the same provider - economies of scale 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 * Procurement do not have capacity to support a procurement process * Public Health do not have capacity to support full commissioning and procurement process 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": "028211-2023-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10403680",
                    "name": "Frontier NX Limited"
                }
            ]
        },
        {
            "id": "015975-2024-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10403680",
                    "name": "Frontier NX Ltd"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-90447",
            "name": "DERBY CITY COUNCIL",
            "identifier": {
                "legalName": "DERBY CITY COUNCIL",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "Corporation Street",
                "locality": "Derby",
                "region": "UKF11",
                "postalCode": "DE1 2FS",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1332640768",
                "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-COH-10403680",
            "name": "Frontier NX Ltd",
            "identifier": {
                "legalName": "Frontier NX Ltd",
                "id": "10403680",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "Chorley",
                "region": "UKF11",
                "postalCode": "NP12 2YN",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-14856",
            "name": "Derby City Council",
            "identifier": {
                "legalName": "Derby City Council"
            },
            "address": {
                "locality": "Derby",
                "postalCode": "DE1 2FS",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody",
                "mediationBody",
                "reviewContactPoint"
            ]
        },
        {
            "id": "GB-FTS-83100",
            "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": "Paul Hallsworth",
                "telephone": "+44 1332640768",
                "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-5515",
            "name": "Derby City Council",
            "identifier": {
                "legalName": "Derby City Council"
            },
            "address": {
                "locality": "Derby",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-83100",
        "name": "DERBY CITY COUNCIL"
    },
    "contracts": [
        {
            "id": "028211-2023-1",
            "awardID": "028211-2023-1",
            "status": "active",
            "value": {
                "amount": 550000,
                "currency": "GBP"
            },
            "dateSigned": "2023-09-25T00:00:00+01:00"
        },
        {
            "id": "015975-2024-1",
            "awardID": "015975-2024-1",
            "status": "active",
            "value": {
                "amount": 550000,
                "currency": "GBP"
            },
            "dateSigned": "2023-10-09T00:00:00+01:00"
        }
    ],
    "language": "en",
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    }
}