Award

Derby Integrated Drug and Alcohol Recovery System

  • Derby City Council

F15: Voluntary ex ante transparency notice

Notice identifier: 2022/S 000-034901

Procurement identifier (OCID): ocds-h6vhtk-038c2b

Published 9 December 2022, 11:19am



Section one: Contracting authority/entity

one.1) Name and addresses

Derby City Council

Corporation Street

Derby

DE12FS

Contact

Linda Spiby

Email

procurement@derby.gov.uk

Telephone

+44 1332643274

Country

United Kingdom

Region code

UKF11 - Derby

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.derby.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

Derby Integrated Drug and Alcohol Recovery System

Reference number

TD1955

two.1.2) Main CPV code

  • 90743200 - Toxic substances rehabilitation services

two.1.3) Type of contract

Services

two.1.4) Short description

Provision of the Derby Integrated Drug and Alcohol Treatment and Recovery System.

The Council intends to enter into an agreement to provide the Derby Integrated Drug and Alcohol Recovery System for the period of 3 years with option to extend for 2 years subject to performance and budgetary approval.

4468161GBP per annum, Total 22340805GBP over 5 years

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: £22,340,805

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKF11 - Derby

two.2.4) Description of the procurement

Provision of the Derby Integrated Drug and Alcohol Treatment and Recovery System will discharge the following for Derby City Council:

• Statutory service delivery in line with the conditions of Public Health Grant allocation in respect of substance misuse (section 31(4) of the Local Government Act 2003)

• The duty to improve public health and address inequalities (steps considered appropriate for improving the health of the people in its area) (Health & Social Care Act 2012, s.12)

• Deliver drug and alcohol treatment as a statutory requirement under the Crime and Disorder Act 1998 (un-repealed) in accordance with the Council's Constitution.

• Deliver a world-class treatment and recovery system as detailed in the national drug strategy From Harm to Hope: A 10-year drugs plan to cut crime and save lives (H.M. Government 2022) and the Dame Carol Black Independent Review of Drugs part two: prevention, treatment, and recovery.

• Delivery against Joined Up Care Derbyshire and the Health and Wellbeing Boards objectives in respect of reducing alcohol related harm.

In addition, the service will contribute to the substance misuse partnership priorities of:

• Reducing drug and alcohol related deaths.

• Reducing alcohol related harm.

• Providing a treatment place for every offender.

• Increasing the number of people recovering from addiction.

The service will also aim to:

• Be place based, locality orientated influenced by insight driven intelligence and data.

• Deliver high quality and safe care which is client centred, offering personalised opportunities for those using drugs and/or alcohol to move towards sustained recovery.

• Deliver recovery focused interventions which assist clients to attain a good standard of health and wellbeing and achieve a drug free life and/or achieve abstinence from alcohol or controlled drinking.

• Reduce the level of harm caused to individuals, families and the wider community as a result of drug and alcohol misuse.

• Provide trauma informed, non-judgmental services that are fair and equitable providing good access to all and delivering a range of interventions which are evidence based, cost-effective and are responsive to client need.

• Improve the physical and mental health of complex substance misusing clients and work to address inequalities for priority vulnerable groups including women, underserved ethnic groups and those experiencing homelessness.

• Address the ambitions of the Supplemental Substance Misuse Grant and the Rough Sleeper Drug and Alcohol Treatment Grant 22-25 and any subsequent funding objectives.

There will be a core offer of one-to-one key working, and where appropriate pharmacological interventions. These will be enhanced through the use of a range of tools and techniques to increase motivation to change, support sustainable behaviour change and build recovery capital including the use of breathalysers, fibro scanning and health monitoring, digital approaches, engagement with physical activities, education and employment interventions and peer and group support. There will be a flexibility in the service offer which recognises the need for a tailored service response particularly for key vulnerable and priority groups including, women, those within the criminal justice system, people from underserved and hard to reach communities including those with complex mental and physical health conditions and those experiencing homelessness.

two.2.11) Information about options

Options: Yes

Description of options

further 2 x 12 month extensions to a maximum contract period of 5 years


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated without a prior call for competition

  • The works, supplies or services can be provided only by a particular economic operator for the following reason:
    • absence of competition for technical reasons
  • Extreme urgency brought about by events unforeseeable for the contracting authority
  • New works/services, constituting a repetition of existing works/services

Explanation:

Negotiated without a prior call for competition

• The works, supplies or services can be provided only by a particular economic operator for the following reason:

o Cost of change is prohibitive for new providers

• Extreme urgency brought about by events unforeseeable for the contracting authority

• New works/services, constituting a repetition of existing works/services

Explanation:

We are awarding the contract without prior publication under paragraphs 2(b)(ii), 2(c) and 9 of Article 32 of Directive2014/24/EU.

The technical reason (2(b)(ii)) is that there will be significant cost and inconvenience to the Authority and economic operators associated with tendering for the following reasons:

• The service requires significant sized, multiple premises within Derby to operate from, that include specialised clinical rooms and have sufficient capacity to allow for 1:1 counselling sessions and group activities simultaneously

• These premises must also include staff offices and secure reception areas

• Clinical equipment, office equipment, security equipment, clinical supplies already in the community at contract handover will need to be replaced and this will occur again at the end of the contract period, causing inconvenience to service users and additional cost for the Council and economic operators

• The current economic operator holds personal and sensitive data on service users which will need to be transferred to a new economic operator and transferred again at the end of the contract, increasing the risk of loss or breach of data

• Under TUPE legislation the current economic operator's staff are entitled to transfer to the new economic operator

Cost of change is therefore prohibitive for new providers.

The urgency(2(c)) has been brought about as a result of:

• Delays in establishing the Provider Selection Regime (PSR) after the establishment of Integrated Care Boards - all stakeholders expected PSR to have been established mid 2022 therefore not expecting a tender

The Council need to ensure provision is maintained, a gap in service provision would break the law - these are statutory requirements.

In accordance with paragraph 9 of Article 32 of Directive 2014/24/EU the new contract will provide identical services to those being delivered by the economic operator under their current contract, which was procured in accordance with Article 26 of Directive 2014/24/EU.

The service provider forms part of the local integrated care system and thereby being part of the local health economy that needs stability after the recent turmoil of the pandemic, changes to legislation and the economic crisis. Therefore direct award also prevents further instability in the market.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section five. Award of contract/concession

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

2 December 2022

five.2.2) Information about tenders

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

five.2.3) Name and address of the contractor/concessionaire

Derbyshire Healthcare NHS Foundation Trust

Trust Headquarters, Kingsway Hospital,

Derby, Derbyshire,

DE22 3LZ

Country

United Kingdom

NUTS code
  • UKF1 - Derbyshire and Nottinghamshire
Justification for not providing organisation identifier

Not on any register

The contractor/concessionaire is an SME

No

five.2.4) Information on value of contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession: £22,340,805


Section six. Complementary information

six.3) Additional information

The Council will observe a 10 day standstill period from the publication of this notice.

six.4) Procedures for review

six.4.1) Review body

Derby City Council

Council House, Corporation Street

Derby

DE1 2FS

Country

United Kingdom