Section one: Contracting authority
one.1) Name and addresses
Derbyshire County Council
County Hall
Matlock
DE4 3AG
Contact
Mrs Jayne Smith
Telephone
+44 1629536201
Country
United Kingdom
Region code
UKF1 - Derbyshire and Nottinghamshire
Internet address(es)
Main address
Buyer's address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
CPH081A REOPENING Residential Rehabilitation for Drug and Alcohol Treatment and Recovery - Round 2
Reference number
DN679649
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
REOPENING of Bespoke Framework Residential Rehabilitation for Drugs and Alcohol Treatment and Recovery - Round 2
Round 2 - Framework for residential rehabilitation placements, under the Light Touch Regime (LTR) using a bespoke framework procedure.
The Council recognises that individual providers may use different approaches to deliver services; 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.
• Reopening of Framework to top up Provider numbers on framework up to a maximum of 20 Providers.
Tenderers who meet the selection criteria of a minimum quality score of 40% shall be
deemed to be compliant.
The 7 highest scoring compliant Tenderers shall be added to the Bespoke Framework to top up the number of Providers already on the Framework up to a maximum of 20.
• 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.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £0.01
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKF1 - Derbyshire and Nottinghamshire
two.2.4) Description of the procurement
REOPENING of Bespoke Framework Residential Rehabilitation for Drugs and Alcohol Treatment and Recovery - Round 2
Round 2 - Framework for residential rehabilitation placements, under the Light Touch Regime (LTR) using a bespoke framework procedure.
The Council recognises that individual providers may use different approaches to deliver services; 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.
• Reopening of Framework to top up Provider numbers on framework up to a maximum of 20 Providers.
Tenderers who meet the selection criteria of a minimum quality score of 40% shall be
deemed to be compliant.
The 7 highest scoring compliant Tenderers shall be added to the Bespoke Framework to top up the number of Providers already on the Framework up to a maximum of 20.
• 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.
two.2.5) Award criteria
Cost criterion - Name: Quality / Weighting: 75
Cost criterion - Name: Price / Weighting: 25
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-020497
Section five. Award of contract
Contract No
CPH081/A
Title
CPH081A REOPENING Residential Rehabilitation for Drug and Alcohol Treatment and Recovery - Round 2
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
13 May 2024
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Phoenix Futures Ophelia House Oxford
68 Newington Causeway
London
SE1 6DF
Country
United Kingdom
NUTS code
- UKJ - South East (England)
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £0.01
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Court (Technology and Construction Court)
Royal Court of Justice
London
Country
United Kingdom
six.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.
six.4.4) Service from which information about the review procedure may be obtained
Derbyshire County Council
County Hall
Matlock
Country
United Kingdom