Contract

CPH081A REOPENING Residential Rehabilitation for Drug and Alcohol Treatment and Recovery - Round 2

  • Derbyshire County Council

F03: Contract award notice

Notice identifier: 2024/S 000-015595

Procurement identifier (OCID): ocds-h6vhtk-038cf9

Published 16 May 2024, 3:03pm



Section one: Contracting authority

one.1) Name and addresses

Derbyshire County Council

County Hall

Matlock

DE4 3AG

Contact

Mrs Jayne Smith

Email

jayne.smith@derbyshire.gov.uk

Telephone

+44 1629536201

Country

United Kingdom

Region code

UKF1 - Derbyshire and Nottinghamshire

Internet address(es)

Main address

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

Buyer's address

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

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

Email

procurement@derbyshire.gov.uk

Country

United Kingdom