Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

CPH081B REOPENING Residential Rehabilitation for Drug and Alcohol Treatment and Recovery - Round 3

  • First published: 23 December 2023
  • Last modified: 23 December 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-038cf9
Published by:
Derbyshire County Council
Authority ID:
AA20652
Publication date:
23 December 2023
Deadline date:
26 January 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

REOPENING of Bespoke Framework Residential Rehabilitation for Drugs and Alcohol Treatment and Recovery - Round 3

Round 3 - 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 with an option to extend for 1 further year.

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 3 of the framework is to top up the existing number of providers up to a maximum of 20. The six (6) 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.

Full notice text

Social and other specific services – public contracts

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Derbyshire County Council

County Hall

Matlock

DE4 3AG

UK

Contact person: Mrs Jayne Smith

Telephone: +44 1629536201

E-mail: jayne.smith@derbyshire.gov.uk

NUTS: UKF1

Internet address(es)

Main address: http://www.derbyshire.gov.uk/

Address of the buyer profile: http://www.derbyshire.gov.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

http://www.eastmidstenders.org/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

http://www.eastmidstenders.org/


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

CPH081B REOPENING Residential Rehabilitation for Drug and Alcohol Treatment and Recovery - Round 3

Reference number: DN701068

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

REOPENING of Bespoke Framework Residential Rehabilitation for Drugs and Alcohol Treatment and Recovery - Round 3

Round 3 - 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 with an option to extend for 1 further year.

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 3 of the framework is to top up the existing number of providers up to a maximum of 20. The six (6) 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.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKF1

II.2.4) Description of the procurement

REOPENING of Bespoke Framework Residential Rehabilitation for Drugs and Alcohol Treatment and Recovery - Round 3

Round 3 - 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 with an option to extend for 1 further year.

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 3 of the framework is to top up the existing number of providers up to a maximum of 20. The six (6) 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.

II.2.6) Estimated value

Value excluding VAT: 2 200 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The initial term is for a period of 36 months

With the option to extend for a further 12 month period.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.4) Objective rules and criteria for participation

As set out in the tender documentation.

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2022/S 000-035211

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 26/01/2024

Local time: 11:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

High Court (Technology and Construction Court)

Royal Courts of Justice

London

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

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.

VI.4.4) Service from which information about the review procedure may be obtained

Derbyshire County Council

County Hall

Matlock

DE4 3AG

UK

E-mail: procurement@derbyshire.gov.uk

VI.5) Date of dispatch of this notice

21/12/2023

Coding

Commodity categories

ID Title Parent category
85000000 Health and social work services Other Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
jayne.smith@derbyshire.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.