Award

TD2270 - Drug & Alcohol Integrated Recovery-Oriented System of Care Services TD2270 (DN781873)

DERBY CITY COUNCIL

This public procurement record has 3 releases in its history.

TenderUpdate

17 Oct 2025 at 11:37

Award

06 Oct 2025 at 11:50

Tender

14 Jul 2025 at 09:03

Summary of the contracting process

Derby City Council has formally awarded a contract for the provision of Drug & Alcohol Integrated Recovery-Oriented System of Care Services. This procurement, catalogued under TD2270, falls under the industry category of toxic substances rehabilitation services, focusing on both adults and children/young persons in the Derby area (region UKF11). The procurement process followed an open procedure, with the contract being officially awarded on 17th October 2025. The contract will commence on 1st April 2026 and initially run for three years, with the possibility of extending by up to two additional years in annual increments, reaching a potential total value of £34.2 million inclusive of VAT.

This tender represents significant business growth opportunities within the healthcare services sector, specifically targeting organisations capable of delivering large-scale substance rehabilitation services. Suitable businesses include those experienced in integrated care systems, offering evidence-based interventions for substance misuse recovery. SMEs like CRANSTOUN SERVICES LIMITED and CHANGE GROW LIVE SERVICES LIMITED, who have secured Lot 1 and Lot 2 respectively, illustrate the competitive landscape where quality service provision is prioritized over cost alone, as demonstrated by the evaluation criteria weighting of 70% quality and 30% price. Businesses that can provide innovative, agile solutions tailored to the evolving needs of local populations will find opportunities for collaboration and expansion through this contract.

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

TD2270 - Drug & Alcohol Integrated Recovery-Oriented System of Care Services TD2270 (DN781873)

Notice Description

Adult and Children and Young Person's Drug & Alcohol Integrated Recovery-Oriented System of Care. Lot 1 - Drug and Alcohol Integrated Recovery-Oriented System of Care (Adults) Lot 2 - Integrated Children and Young Person's Drug and Alcohol System of Care

Lot Information

Lot 1 - Drug and Alcohol Integrated Recovery-Oriented System of Care (Adults)

Adult and Children and Young Person's Drug & Alcohol Integrated Recovery-Oriented System of Care - made up of 2 Lots: Lot 1 - Drug and Alcohol Integrated Recovery-Oriented System of Care (Adults) This service will provide an Integrated Substance Use Recovery Orientated System of Care to people aged 18 and above who reside in Derby. The service will provide a range of evidence-based interventions to individuals requiring support with experimental and recreational, hazardous/harmful and high-risk/dependent substance use. Lot 2 - Integrated Children and Young Person's Drug and Alcohol System of Care This service will provide an integrated continuum of substance use interventions to young people and young adults under 25, who reside in Derby - allowing them to access substance use support at the most appropriate level to their needs. Contract start date: 1 April 2026 Contract end date: 31 March 2031 Contract type: Service contracts for existing services that will be awarded to new providers. Please note the value of this notice (PS34.2m) is inclusive of VAT. The exclusive of VAT amount is PS28.5m. Additional information: This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by 16th October 2025. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.' Written representations should be sent to the following: Contact Name: Procurement (Teresa Gerrard, Head of Procurement) Derby City Council Corporation Street, Derby DE1 2FS Telephone: 01332 640768 Email: procurement@derby.gov.uk The decision has been made by a multi disciplined panel made up of local authority officers, including the Assistant Director of Public Health, Public Health Commissioners, Public Health Managers and key external stakeholders. There were no conflicts of interest declared. The invitation to tender documentation detailed the qualification and assessment criteria, each bidder had to: * comprehensively complete the Selection Questionnaire (parts 1 to 4, including upload acceptable alternative documents where applicable), pass all Pass / Fail questions and meet the required standard for scored questions in the Selection Questionnaire * meet the required minimum scores in relation to Quality as set out in the Award Criteria; * ensure the bid did not exceed the available budget and met the affordability criteria The award criteria, used to evaluate the bids and select a successful bidder to which the Council intends to award the Contract, were designed to allow the selection of the bid that represents the most economically advantageous tender, rather than lowest price alone. This evaluation was based on a combination of quality and financial criteria as set out below: * Price 30% * Quality 70% The quality criteria were broken down by the key quality aspects, these were weighted by relative importance. The chosen providers ranked the highest.

Options: There will be an option to extend the contract for a further 2 years in annual increments, subject to satisfactory performance, funding and business needs. Maximum contract period, therefore, is 5 years.

Renewal: Option to extend up to 24 months in annual increments.

Lot 2 - Integrated Children and Young Person's Drug and Alcohol System of Care

Adult and Children and Young Person's Drug & Alcohol Integrated Recovery-Oriented System of Care - made up of 2 Lots: Lot 1 - Drug and Alcohol Integrated Recovery-Oriented System of Care (Adults) This service will provide an Integrated Substance Use Recovery Orientated System of Care to people aged 18 and above who reside in Derby. The service will provide a range of evidence-based interventions to individuals requiring support with experimental and recreational, hazardous/harmful and high-risk/dependent substance use. Lot 2 - Integrated Children and Young Person's Drug and Alcohol System of Care This service will provide an integrated continuum of substance use interventions to young people and young adults under 25, who reside in Derby - allowing them to access substance use support at the most appropriate level to their needs. Contract start date: 1 April 2026 Contract end date: 31 March 2031 Contract type: Service contracts for existing services that will be awarded to new providers. Please note the value of this notice (PS34.2m) is inclusive of VAT. The exclusive of VAT amount is PS28.5m. Additional information: This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by 16th October 2025. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.' Written representations should be sent to the following: Contact Name: Procurement (Teresa Gerrard, Head of Procurement) Derby City Council Corporation Street, Derby DE1 2FS Telephone: 01332 640768 Email: procurement@derby.gov.uk The decision has been made by a multi disciplined panel made up of local authority officers, including the Assistant Director of Public Health, Public Health Commissioners, Public Health Managers and key external stakeholders. There were no conflicts of interest declared. The invitation to tender documentation detailed the qualification and assessment criteria, each bidder had to: * comprehensively complete the Selection Questionnaire (parts 1 to 4, including upload acceptable alternative documents where applicable), pass all Pass / Fail questions and meet the required standard for scored questions in the Selection Questionnaire * meet the required minimum scores in relation to Quality as set out in the Award Criteria; * ensure the bid did not exceed the available budget and met the affordability criteria The award criteria, used to evaluate the bids and select a successful bidder to which the Council intends to award the Contract, were designed to allow the selection of the bid that represents the most economically advantageous tender, rather than lowest price alone. This evaluation was based on a combination of quality and financial criteria as set out below: * Price 30% * Quality 70% The quality criteria were broken down by the key quality aspects, these were weighted by relative importance. The chosen providers ranked the highest

Options: There will be an option to extend the contract for a further 2 years in annual increments, subject to satisfactory performance, funding and business needs. Maximum contract period, therefore, is 5 years.

Renewal: Option to extend in annual increments for up to 24 months.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-055e28
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/066292-2025
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
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
£34,200,000 £10M-£100M
Lots Value
£28,500,000 £10M-£100M
Awards Value
Not specified
Contracts Value
£28,500,000 £10M-£100M

Notice Dates

Publication Date
17 Oct 20254 months ago
Submission Deadline
17 Aug 2025Expired
Future Notice Date
Not specified
Award Date
5 Oct 20254 months 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
Katy Preece, 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
TLF11 Derby

Local Authority
Derby
Electoral Ward
Darley
Westminster Constituency
Derby South

Supplier Information

Number of Suppliers
2
Supplier Names

CHANGE GROW LIVE SERVICES

CRANSTOUN SERVICES

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-055e28-2025-10-17T12:37:45+01:00",
    "date": "2025-10-17T12:37:45+01:00",
    "ocid": "ocds-h6vhtk-055e28",
    "description": "This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by 16th October 2025. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.' Written representations should be sent to the following: Contact Name: Procurement (Teresa Gerrard, Head of Procurement) Derby City Council Corporation Street, Derby DE1 2FS Telephone: 01332 640768 Email: procurement@derby.gov.uk The decision has been made by a multi disciplined panel made up of local authority officers, including the Assistant Director of Public Health, Public Health Commissioners, Public Health Managers and key external stakeholders. There were no conflicts of interest declared. The invitation to tender documentation detailed the qualification and assessment criteria, each bidder had to: * comprehensively complete the Selection Questionnaire (parts 1 to 4, including upload acceptable alternative documents where applicable), pass all Pass / Fail questions and meet the required standard for scored questions in the Selection Questionnaire * meet the required minimum scores in relation to Quality as set out in the Award Criteria; * ensure the bid did not exceed the available budget and met the affordability criteria The award criteria, used to evaluate the bids and select a successful bidder to which the Council intends to award the Contract, were designed to allow the selection of the bid that represents the most economically advantageous tender, rather than lowest price alone. This evaluation was based on a combination of quality and financial criteria as set out below: * Price 30% * Quality 70% The quality criteria were broken down by the key quality aspects, these were weighted by relative importance. The chosen providers ranked the highest",
    "initiationType": "tender",
    "tender": {
        "id": "TD2270",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "TD2270 - Drug & Alcohol Integrated Recovery-Oriented System of Care Services TD2270 (DN781873)",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "90743200",
            "description": "Toxic substances rehabilitation services"
        },
        "mainProcurementCategory": "services",
        "description": "Adult and Children and Young Person's Drug & Alcohol Integrated Recovery-Oriented System of Care. Lot 1 - Drug and Alcohol Integrated Recovery-Oriented System of Care (Adults) Lot 2 - Integrated Children and Young Person's Drug and Alcohol System of Care",
        "value": {
            "amount": 34200000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "title": "Lot 1 - Drug and Alcohol Integrated Recovery-Oriented System of Care (Adults)",
                "description": "Adult and Children and Young Person's Drug & Alcohol Integrated Recovery-Oriented System of Care - made up of 2 Lots: Lot 1 - Drug and Alcohol Integrated Recovery-Oriented System of Care (Adults) This service will provide an Integrated Substance Use Recovery Orientated System of Care to people aged 18 and above who reside in Derby. The service will provide a range of evidence-based interventions to individuals requiring support with experimental and recreational, hazardous/harmful and high-risk/dependent substance use. Lot 2 - Integrated Children and Young Person's Drug and Alcohol System of Care This service will provide an integrated continuum of substance use interventions to young people and young adults under 25, who reside in Derby - allowing them to access substance use support at the most appropriate level to their needs. Contract start date: 1 April 2026 Contract end date: 31 March 2031 Contract type: Service contracts for existing services that will be awarded to new providers. Please note the value of this notice (PS34.2m) is inclusive of VAT. The exclusive of VAT amount is PS28.5m. Additional information: This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by 16th October 2025. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.' Written representations should be sent to the following: Contact Name: Procurement (Teresa Gerrard, Head of Procurement) Derby City Council Corporation Street, Derby DE1 2FS Telephone: 01332 640768 Email: procurement@derby.gov.uk The decision has been made by a multi disciplined panel made up of local authority officers, including the Assistant Director of Public Health, Public Health Commissioners, Public Health Managers and key external stakeholders. There were no conflicts of interest declared. The invitation to tender documentation detailed the qualification and assessment criteria, each bidder had to: * comprehensively complete the Selection Questionnaire (parts 1 to 4, including upload acceptable alternative documents where applicable), pass all Pass / Fail questions and meet the required standard for scored questions in the Selection Questionnaire * meet the required minimum scores in relation to Quality as set out in the Award Criteria; * ensure the bid did not exceed the available budget and met the affordability criteria The award criteria, used to evaluate the bids and select a successful bidder to which the Council intends to award the Contract, were designed to allow the selection of the bid that represents the most economically advantageous tender, rather than lowest price alone. This evaluation was based on a combination of quality and financial criteria as set out below: * Price 30% * Quality 70% The quality criteria were broken down by the key quality aspects, these were weighted by relative importance. The chosen providers ranked the highest.",
                "value": {
                    "amount": 25000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend up to 24 months in annual increments."
                },
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "There will be an option to extend the contract for a further 2 years in annual increments, subject to satisfactory performance, funding and business needs. Maximum contract period, therefore, is 5 years."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                }
            },
            {
                "id": "2",
                "title": "Lot 2 - Integrated Children and Young Person's Drug and Alcohol System of Care",
                "description": "Adult and Children and Young Person's Drug & Alcohol Integrated Recovery-Oriented System of Care - made up of 2 Lots: Lot 1 - Drug and Alcohol Integrated Recovery-Oriented System of Care (Adults) This service will provide an Integrated Substance Use Recovery Orientated System of Care to people aged 18 and above who reside in Derby. The service will provide a range of evidence-based interventions to individuals requiring support with experimental and recreational, hazardous/harmful and high-risk/dependent substance use. Lot 2 - Integrated Children and Young Person's Drug and Alcohol System of Care This service will provide an integrated continuum of substance use interventions to young people and young adults under 25, who reside in Derby - allowing them to access substance use support at the most appropriate level to their needs. Contract start date: 1 April 2026 Contract end date: 31 March 2031 Contract type: Service contracts for existing services that will be awarded to new providers. Please note the value of this notice (PS34.2m) is inclusive of VAT. The exclusive of VAT amount is PS28.5m. Additional information: This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by 16th October 2025. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.' Written representations should be sent to the following: Contact Name: Procurement (Teresa Gerrard, Head of Procurement) Derby City Council Corporation Street, Derby DE1 2FS Telephone: 01332 640768 Email: procurement@derby.gov.uk The decision has been made by a multi disciplined panel made up of local authority officers, including the Assistant Director of Public Health, Public Health Commissioners, Public Health Managers and key external stakeholders. There were no conflicts of interest declared. The invitation to tender documentation detailed the qualification and assessment criteria, each bidder had to: * comprehensively complete the Selection Questionnaire (parts 1 to 4, including upload acceptable alternative documents where applicable), pass all Pass / Fail questions and meet the required standard for scored questions in the Selection Questionnaire * meet the required minimum scores in relation to Quality as set out in the Award Criteria; * ensure the bid did not exceed the available budget and met the affordability criteria The award criteria, used to evaluate the bids and select a successful bidder to which the Council intends to award the Contract, were designed to allow the selection of the bid that represents the most economically advantageous tender, rather than lowest price alone. This evaluation was based on a combination of quality and financial criteria as set out below: * Price 30% * Quality 70% The quality criteria were broken down by the key quality aspects, these were weighted by relative importance. The chosen providers ranked the highest",
                "value": {
                    "amount": 3500000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend in annual increments for up to 24 months."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "There will be an option to extend the contract for a further 2 years in annual increments, subject to satisfactory performance, funding and business needs. Maximum contract period, therefore, is 5 years."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "90743200",
                        "description": "Toxic substances rehabilitation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKF11"
                    },
                    {
                        "region": "UKF11"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "90743200",
                        "description": "Toxic substances rehabilitation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKF11"
                    },
                    {
                        "region": "UKF11"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.eastmidstenders.org",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Information and formalities necessary for evaluating if requirements are met: Any supplier may be disqualified who: (a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations; (b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations; (c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct; (d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate; (e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority; (f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority; (g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information; (h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA; (i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively; (j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities; (k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2025-08-17T23:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "awardPeriod": {
            "startDate": "2025-08-18T10:00:00+01:00"
        },
        "bidOpening": {
            "date": "2025-08-18T10:00:00+01:00"
        },
        "hasRecurrence": true,
        "reviewDetails": "Precise information on deadline(s) for review procedures: Derby City Council will incorporate a minimum 8 working days standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. Such additional information should be required from the contact details provided in section 1.1 of this notice.",
        "amendments": [
            {
                "id": "1",
                "description": "This is a Provider Selection Regime (PSR) confirmation of contract award notice. This contract has been awarded under the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Procurement Act 2023 do not apply to this award. This contract has now been formally awarded using the competitive process. Drug & Alcohol Integrated Recovery-Oriented System of Care Services - Procurement reference TD2270 (DN781873) (CPV) code 90743200 Lot 1 - Drug and Alcohol Integrated Recovery-Oriented System of Care (Adults) Lot 2 - Integrated Children and Young Person's Drug and Alcohol System of Care Date of contract award 17th October 2025. The contract commencement date is 1st April 2026 and will run for an initial term of 3 years to 31st March 2029. There will be the option to extend for a further 24 months in annual increments to 31st March 2031. Maximum term, therefore, is five years. The provision of Lot 1 - Drug and Alcohol Integrated Recovery-Oriented System of Care (Adults), contract will be awarded to: CRANSTOUN SERVICES LIMITED Thames Mews, Esher, KT10 9AD, UK The provision of Lot 2 - Integrated Children and Young Person's Drug and Alcohol System of Care, contract will be awarded to: CHANGE GROW LIVE SERVICES LIMITED North Suite, First Floor, 1 Jubilee Street, Brighton, East Sussex, BN1 1GE, UK The value of contract including extensions - Lot 1 PS25,000,000 Lot 2 PS3,500,000 Please note the value of this notice (PS28.5m) is exclusive of VAT. The inclusive of VAT amount is PS34.2m. No representations were made during the standstill period. The decision has been made by a multi disciplined panel made up of local authority officers, including the Assistant Director of Public Health, Public Health Commissioners, Public Health Managers and key external stakeholders. There were no conflicts of interest declared."
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-143201",
            "name": "Derby City Council",
            "identifier": {
                "legalName": "Derby City Council",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "The Council House - Corporation Street",
                "locality": "Derby",
                "region": "UKF11",
                "postalCode": "DE1 2FS",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Paul Hallsworth",
                "telephone": "+44 1332640768",
                "email": "procurement@derby.gov.uk",
                "url": "http://www.eastmidstenders.org"
            },
            "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"
            ]
        },
        {
            "id": "GB-FTS-163061",
            "name": "Derby City Council",
            "identifier": {
                "legalName": "Derby City Council",
                "id": "PQVM-1383-ZBXP",
                "schemeEntered": "Public Procurement Organisation Number"
            },
            "address": {
                "streetAddress": "The Council House - Corporation Street",
                "locality": "Derby",
                "region": "UKF11",
                "postalCode": "DE12FS",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Katy Preece",
                "telephone": "+44 1332640768",
                "email": "Procurement@derby.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://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-12313944",
            "name": "CRANSTOUN SERVICES LIMITED",
            "identifier": {
                "legalName": "CRANSTOUN SERVICES LIMITED",
                "id": "12313944",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "Thames Mews, Esher",
                "locality": "Surrey",
                "region": "UK",
                "postalCode": "KT10 9AD",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-COH-06228752",
            "name": "CHANGE GROW LIVE SERVICES LIMITED",
            "identifier": {
                "legalName": "CHANGE GROW LIVE SERVICES LIMITED",
                "id": "06228752",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "North Suite, First Floor, 1 Jubilee Street, Brighton",
                "locality": "East Sussex",
                "region": "UK",
                "postalCode": "BN1 1GE",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.changegrowlive.org/",
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-2919",
            "name": "Derby City Council",
            "identifier": {
                "legalName": "Derby City Council"
            },
            "address": {
                "streetAddress": "The Council House, Corporation Street",
                "locality": "Derby",
                "postalCode": "DE1 2FS",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1332640768",
                "email": "procurement@derby.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-139723",
            "name": "Derby City Council",
            "identifier": {
                "legalName": "Derby City Council",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "The Council House - Corporation Street",
                "locality": "Derby",
                "region": "UKF11",
                "postalCode": "DE12FS",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Katy Preece",
                "telephone": "+44 1332640768",
                "email": "Procurement@derby.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.derby.gov.uk/"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-139723",
        "name": "Derby City Council"
    },
    "language": "en",
    "awards": [
        {
            "id": "062486-2025-1",
            "relatedLots": [
                "1"
            ],
            "title": "Drug and Alcohol Integrated Recovery-Oriented System of Care (Adults)",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-12313944",
                    "name": "CRANSTOUN SERVICES LIMITED"
                }
            ]
        },
        {
            "id": "062486-2025-2",
            "relatedLots": [
                "2"
            ],
            "title": "Integrated Children and Young Person's Drug and Alcohol System of Care",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-06228752",
                    "name": "CHANGE GROW LIVE SERVICES LIMITED"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "062486-2025-1",
            "awardID": "062486-2025-1",
            "title": "Drug and Alcohol Integrated Recovery-Oriented System of Care (Adults)",
            "status": "active",
            "value": {
                "amount": 25000000,
                "currency": "GBP"
            },
            "dateSigned": "2025-10-06T00:00:00+01:00"
        },
        {
            "id": "062486-2025-2",
            "awardID": "062486-2025-2",
            "title": "Integrated Children and Young Person's Drug and Alcohol System of Care",
            "status": "active",
            "value": {
                "amount": 3500000,
                "currency": "GBP"
            },
            "dateSigned": "2025-10-06T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "2",
                "measure": "bids",
                "relatedLot": "2",
                "value": 5
            }
        ]
    }
}