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 Award Notice

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

  • First published: 07 October 2025
  • Last modified: 07 October 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

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-055e28
Published by:
Derby City Council
Authority ID:
AA20375
Publication date:
07 October 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Derby City Council

PQVM-1383-ZBXP

The Council House - Corporation Street

Derby

DE12FS

UK

Contact person: Katy Preece

Telephone: +44 1332640768

E-mail: Procurement@derby.gov.uk

NUTS: UKF11

Internet address(es)

Main address: https://www.derby.gov.uk/

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

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

Reference number: TD2270

II.1.2) Main CPV code

90743200

 

II.1.3) Type of contract

Services

II.1.4) Short 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

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 34 200 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

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

II.2.2) Additional CPV code(s)

90743200

II.2.3) Place of performance

NUTS code:

UKF11

II.2.4) Description of the procurement

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 (£34.2m) is inclusive of VAT. The exclusive of VAT amount is £28.5m.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.11) Information about options

Options: Yes

Description of 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.

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

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.

Lot No: 2

II.2.1) Title

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

II.2.2) Additional CPV code(s)

90743200

II.2.3) Place of performance

NUTS code:

UKF11

II.2.4) Description of the procurement

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 (£34.2m) is inclusive of VAT. The exclusive of VAT amount is £28.5m.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.11) Information about options

Options: Yes

Description of 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.

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

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2025/S 000-039482

Section V: Award of contract

Lot No: 1

Title: Drug and Alcohol Integrated Recovery-Oriented System of Care (Adults)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

06/10/2025

V.2.2) Information about tenders

Number of tenders received: 5

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

CRANSTOUN SERVICES LIMITED

12313944

Thames Mews, Esher

Surrey

KT10 9AD

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 25 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Title: Integrated Children and Young Person's Drug and Alcohol System of Care

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

06/10/2025

V.2.2) Information about tenders

Number of tenders received: 5

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

CHANGE GROW LIVE SERVICES LIMITED

06228752

North Suite, First Floor, 1 Jubilee Street, Brighton

East Sussex

BN1 1GE

UK

NUTS: UK

Internet address(es)

URL: https://www.changegrowlive.org/

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 3 500 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) 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

VI.4) Procedures for review

VI.4.1) Review body

Derby City Council

The Council House, Corporation Street

Derby

DE1 2FS

UK

Telephone: +44 1332640768

E-mail: procurement@derby.gov.uk

VI.5) Date of dispatch of this notice

06/10/2025

Coding

Commodity categories

ID Title Parent category
90743200 Toxic substances rehabilitation services Services related to toxic substances pollution

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:
Procurement@derby.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.