Section one: Contracting authority/entity
one.1) Name and addresses
Derby City Council
Corporation Street
Derby
DE12FS
Contact
Linda Spiby
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
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• Deliver drug and alcohol treatment as a statutory requirement under the Crime and Disorder Act 1998 (un-repealed) in accordance with the Council's Constitution.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