Tender

CPH081C REOPENING Residential Rehabilitation for Drug and Alcohol Treatment and Recovery - Round 4

DERBYSHIRE COUNTY COUNCIL

This public procurement record has 1 release in its history.

Tender

01 Sep 2025 at 16:40

Summary of the contracting process

The procurement process initiated by Derbyshire County Council, titled "CPH081C REOPENING Residential Rehabilitation for Drug and Alcohol Treatment and Recovery - Round 4" is currently at the tender stage. This project falls under the "Health and social work services" category, as classified by the CPV scheme, and is part of a bespoke framework for residential rehabilitation placements under the Light Touch Regime. The framework is active and commenced on 1st May 2023, running until 30th April 2027 due to a one-year extension option that has been exercised. The procurement is open for tendering with submissions closing on 2nd October 2025 at 11:00 AM. The location for delivery is specified as the East Midlands region (UKF1).

This tender provides significant opportunities for businesses in the health and social work services industry, particularly those specialising in drug and alcohol rehabilitation. The framework intends to include up to 20 providers, and the opportunity is particularly suitable for organisations that can meet the minimum quality score of 40% as part of the selection criteria. Companies that are keen to expand their client base within the public sector and are capable of delivering high-quality rehabilitation services can benefit greatly from joining this framework. The use of an open procedure for this procurement allows for wider participation and competitive tendering, facilitating growth opportunities for new and existing service providers.

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

CPH081C REOPENING Residential Rehabilitation for Drug and Alcohol Treatment and Recovery - Round 4

Notice Description

REOPENING of Bespoke Framework Residential Rehabilitation for Drugs and Alcohol Treatment and Recovery - Round 4 Round 4 - Framework for residential rehabilitation placements, under the Light Touch Regime (LTR) using a bespoke framework procedure. The specification outlines the minimum quality, care standard and performance management expectations for purchased services for residential rehabilitation. The framework will consist of: * Residential Rehabilitation service for drug and alcohol treatment and recovery. The framework contract commenced on 01 May 2023 for a period of 3 years to 30 April 2026 the option to extend for 1 further year. Please note the extension has been taken and will run to 30 April 2027. Under the LTR Regime the bespoke framework criteria is as follows: * Tenderers who meet the selection criteria of a minimum quality score of 40% shall be deemed to be compliant. * Round 4 of the framework is to top up the existing number of providers up to a maximum of 20. The seven (7) highest scoring tenders who meet the selection criteria will be added to the existing framework. * Providers already accepted onto the framework do not need to reapply. * If the number of providers on the Bespoke Framework falls to 15 the Council reserves the right to reopen the Framework, in line with the process detailed below: * Following a review of compliant tenderers who met the selection criteria, but were not awarded a place on the framework, the 5 highest scoring compliant tenderers shall be offered a place on the framework. Subject to no changes to CQC rating and delivery model. * If the Council does not receive a response to its offer within the timeframe identified, it shall reserve the right to withdraw the offer and offer the place on the framework to the next highest scoring complaint Tenderers. Subject to no changes to CQC rating and delivery model. * If, based on the original tender submissions, there are insufficient compliant Tenderers to meet the numbers required for the framework, the Council shall reopen the Framework to new expressions of interested by issuing an Invitation to Tender. Tenders shall be assessed using the selection and scoring criteria defined in the original tender documents. The highest scoring compliant Tenderers shall be added onto the Framework, to the maximum number of providers of 20. * Should the number of providers fall to 15 at any point in the contract period, the Council reserves the right to repeat the process as detailed above. The framework contract commenced on 01 May 2023 for a period of 3 years to 30 April 2026 with an option to extend for 1 further year. The Farmwork has been extended to 30 April 2027. Previous Notice Published on 2022/S 000-035211

Lot Information

Lot 1

REOPENING of Bespoke Framework Residential Rehabilitation for Drugs and Alcohol Treatment and Recovery - Round 4 Round 4 - Framework for residential rehabilitation placements, under the Light Touch Regime (LTR) using a bespoke framework procedure. The specification outlines the minimum quality, care standard and performance management expectations for purchased services for residential rehabilitation. The framework will consist of: * Residential Rehabilitation service for drug and alcohol treatment and recovery. The framework contract commenced on 01 May 2023 for a period of 3 years to 30 April 2026 the option to extend for 1 further year. Please note the extension has been taken and will run to 30 April 2027. Under the LTR Regime the bespoke framework criteria is as follows: * Tenderers who meet the selection criteria of a minimum quality score of 40% shall be deemed to be compliant. * Round 4 of the framework is to top up the existing number of providers up to a maximum of 20. The seven (7) highest scoring tenders who meet the selection criteria will be added to the existing framework. * Providers already accepted onto the framework do not need to reapply. * If the number of providers on the Bespoke Framework falls to 15 the Council reserves the right to reopen the Framework, in line with the process detailed below: * Following a review of compliant tenderers who met the selection criteria, but were not awarded a place on the framework, the 5 highest scoring compliant tenderers shall be offered a place on the framework. Subject to no changes to CQC rating and delivery model. * If the Council does not receive a response to its offer within the timeframe identified, it shall reserve the right to withdraw the offer and offer the place on the framework to the next highest scoring complaint Tenderers. Subject to no changes to CQC rating and delivery model. * If, based on the original tender submissions, there are insufficient compliant Tenderers to meet the numbers required for the framework, the Council shall reopen the Framework to new expressions of interested by issuing an Invitation to Tender. Tenders shall be assessed using the selection and scoring criteria defined in the original tender documents. The highest scoring compliant Tenderers shall be added onto the Framework, to the maximum number of providers of 20. * Should the number of providers fall to 15 at any point in the contract period, the Council reserves the right to repeat the process as detailed above. The framework contract commenced on 01 May 2023 for a period of 3 years to 30 April 2026 with an option to extend for 1 further year. The Farmwork has been extended to 30 April 2027. Previous Notice Published on 2022/S 000-035211 Additional information: The initial term is for a period of 36 months With the option to extend for a further 12 month period. The extension has been taken and will run to 30 April 2027.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0591b0
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/052963-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85000000 - Health and social work services

Notice Value(s)

Tender Value
Not specified
Lots Value
£2,200,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
1 Sep 20255 months ago
Submission Deadline
2 Oct 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
DERBYSHIRE COUNTY COUNCIL
Contact Name
Jayne Smith
Contact Email
jayne.smith@derbyshire.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
MATLOCK
Postcode
DE4 3AG
Post Town
Derby
Country
England

Major Region (ITL 1)
TLF East Midlands (England)
Basic Region (ITL 2)
TLF1 Derbyshire and Nottinghamshire
Small Region (ITL 3)
TLF13 South and West Derbyshire
Delivery Location
TLF1 Derbyshire and Nottinghamshire

Local Authority
Derbyshire Dales
Electoral Ward
Matlock West
Westminster Constituency
Derbyshire Dales

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-0591b0-2025-09-01T17:40:40+01:00",
    "date": "2025-09-01T17:40:40+01:00",
    "ocid": "ocds-h6vhtk-0591b0",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-0591b0",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "CPH081C REOPENING Residential Rehabilitation for Drug and Alcohol Treatment and Recovery - Round 4",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "85000000",
            "description": "Health and social work services"
        },
        "mainProcurementCategory": "services",
        "description": "REOPENING of Bespoke Framework Residential Rehabilitation for Drugs and Alcohol Treatment and Recovery - Round 4 Round 4 - Framework for residential rehabilitation placements, under the Light Touch Regime (LTR) using a bespoke framework procedure. The specification outlines the minimum quality, care standard and performance management expectations for purchased services for residential rehabilitation. The framework will consist of: * Residential Rehabilitation service for drug and alcohol treatment and recovery. The framework contract commenced on 01 May 2023 for a period of 3 years to 30 April 2026 the option to extend for 1 further year. Please note the extension has been taken and will run to 30 April 2027. Under the LTR Regime the bespoke framework criteria is as follows: * Tenderers who meet the selection criteria of a minimum quality score of 40% shall be deemed to be compliant. * Round 4 of the framework is to top up the existing number of providers up to a maximum of 20. The seven (7) highest scoring tenders who meet the selection criteria will be added to the existing framework. * Providers already accepted onto the framework do not need to reapply. * If the number of providers on the Bespoke Framework falls to 15 the Council reserves the right to reopen the Framework, in line with the process detailed below: * Following a review of compliant tenderers who met the selection criteria, but were not awarded a place on the framework, the 5 highest scoring compliant tenderers shall be offered a place on the framework. Subject to no changes to CQC rating and delivery model. * If the Council does not receive a response to its offer within the timeframe identified, it shall reserve the right to withdraw the offer and offer the place on the framework to the next highest scoring complaint Tenderers. Subject to no changes to CQC rating and delivery model. * If, based on the original tender submissions, there are insufficient compliant Tenderers to meet the numbers required for the framework, the Council shall reopen the Framework to new expressions of interested by issuing an Invitation to Tender. Tenders shall be assessed using the selection and scoring criteria defined in the original tender documents. The highest scoring compliant Tenderers shall be added onto the Framework, to the maximum number of providers of 20. * Should the number of providers fall to 15 at any point in the contract period, the Council reserves the right to repeat the process as detailed above. The framework contract commenced on 01 May 2023 for a period of 3 years to 30 April 2026 with an option to extend for 1 further year. The Farmwork has been extended to 30 April 2027. Previous Notice Published on 2022/S 000-035211",
        "lots": [
            {
                "id": "1",
                "description": "REOPENING of Bespoke Framework Residential Rehabilitation for Drugs and Alcohol Treatment and Recovery - Round 4 Round 4 - Framework for residential rehabilitation placements, under the Light Touch Regime (LTR) using a bespoke framework procedure. The specification outlines the minimum quality, care standard and performance management expectations for purchased services for residential rehabilitation. The framework will consist of: * Residential Rehabilitation service for drug and alcohol treatment and recovery. The framework contract commenced on 01 May 2023 for a period of 3 years to 30 April 2026 the option to extend for 1 further year. Please note the extension has been taken and will run to 30 April 2027. Under the LTR Regime the bespoke framework criteria is as follows: * Tenderers who meet the selection criteria of a minimum quality score of 40% shall be deemed to be compliant. * Round 4 of the framework is to top up the existing number of providers up to a maximum of 20. The seven (7) highest scoring tenders who meet the selection criteria will be added to the existing framework. * Providers already accepted onto the framework do not need to reapply. * If the number of providers on the Bespoke Framework falls to 15 the Council reserves the right to reopen the Framework, in line with the process detailed below: * Following a review of compliant tenderers who met the selection criteria, but were not awarded a place on the framework, the 5 highest scoring compliant tenderers shall be offered a place on the framework. Subject to no changes to CQC rating and delivery model. * If the Council does not receive a response to its offer within the timeframe identified, it shall reserve the right to withdraw the offer and offer the place on the framework to the next highest scoring complaint Tenderers. Subject to no changes to CQC rating and delivery model. * If, based on the original tender submissions, there are insufficient compliant Tenderers to meet the numbers required for the framework, the Council shall reopen the Framework to new expressions of interested by issuing an Invitation to Tender. Tenders shall be assessed using the selection and scoring criteria defined in the original tender documents. The highest scoring compliant Tenderers shall be added onto the Framework, to the maximum number of providers of 20. * Should the number of providers fall to 15 at any point in the contract period, the Council reserves the right to repeat the process as detailed above. The framework contract commenced on 01 May 2023 for a period of 3 years to 30 April 2026 with an option to extend for 1 further year. The Farmwork has been extended to 30 April 2027. Previous Notice Published on 2022/S 000-035211 Additional information: The initial term is for a period of 36 months With the option to extend for a further 12 month period. The extension has been taken and will run to 30 April 2027.",
                "value": {
                    "amount": 2200000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85000000",
                        "description": "Health and social work services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKF1"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "http://www.eastmidstenders.org/",
        "otherRequirements": {
            "reductionCriteria": "As set out in the tender documentation."
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2025-10-02T11:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "reviewDetails": "Derbyshire County Council will incorporate a minimum 10 calendar days (or 15 if non electronic or fax methods used) standstill period at the point information on the award of the contract is communicated to the relevant economic operators. Debriefing by the Council shall be in accordance with the Public Contracts Regulation 2015 (as amended) (the Regulations). Such information should be requested from the addressee in Section 1.1. If an appeal regarding the award of the contract has not been successfully resolved the Regulations provide for the aggrieved parties who are of the opinion that they have been harmed or are at risk of harm by a breach of the Regulations, to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought as soon as possible."
    },
    "parties": [
        {
            "id": "GB-FTS-140671",
            "name": "Derbyshire County Council",
            "identifier": {
                "legalName": "Derbyshire County Council",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "County Hall",
                "locality": "Matlock",
                "region": "UKF1",
                "postalCode": "DE43AG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Jayne Smith",
                "email": "jayne.smith@derbyshire.gov.uk",
                "url": "http://www.eastmidstenders.org/"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.derbyshire.gov.uk/",
                "buyerProfile": "http://www.derbyshire.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-46411",
            "name": "High Court (Technology and Construction Court)",
            "identifier": {
                "legalName": "High Court (Technology and Construction Court)"
            },
            "address": {
                "streetAddress": "Royal Courts of Justice",
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-4363",
            "name": "Derbyshire County Council",
            "identifier": {
                "legalName": "Derbyshire County Council"
            },
            "address": {
                "streetAddress": "County Hall",
                "locality": "Matlock",
                "postalCode": "DE4 3AG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@derbyshire.gov.uk"
            },
            "roles": [
                "reviewContactPoint"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-140671",
        "name": "Derbyshire County Council"
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:999999-2099:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}