Tender

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

  • Derbyshire County Council

F21: Social and other specific services – public contracts (contract notice)

Notice identifier: 2023/S 000-020497

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

Published 17 July 2023, 2:17pm



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.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://www.eastmidstenders.org/

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 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 2 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.

two.1.6) Information about lots

This contract is divided into lots: No

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 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 2 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.

two.2.6) Estimated value

Value excluding VAT: £2,200,000

two.2.7) Duration of the contract or the framework agreement

Duration in months

48

two.2.13) Information about European Union Funds

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

two.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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

As set out in the tender documentation.


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-035211

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

Date

30 August 2023

Local time

11:00am

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

English


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

High Court (Technology and Construction Court)

Royal Courts 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

DE4 3AG

Email

procurement@derbyshire.gov.uk

Country

United Kingdom