Section one: Contracting authority
one.1) Name and addresses
Derby City Council
The Council House - Corporation Street
Derby
DE1 2FS
Contact
Paul Hallsworth
Telephone
+44 1332640768
Country
United Kingdom
Region code
UKF11 - Derby
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
TD2270 - Drug & Alcohol Integrated Recovery-Oriented System of Care Services
Reference number
TD2270
two.1.2) Main CPV code
- 90743200 - Toxic substances rehabilitation services
two.1.3) Type of contract
Services
two.1.4) Short description
Tenders are invited for the supply of the Drug & Alcohol Integrated Recovery-Oriented System of Care in the city of Derby across two Lots:
Lot 1 - Drug and Alcohol Integrated Recovery-Oriented System of Care (Adults)
Lot 2 - Integrated Children and Young Person's Drug and Alcohol System of Care
We require an Integrated Drug and Alcohol Recovery Oriented System of Care (ROSC) which serves residents of Derby - as defined by the Local Authority boundaries. Through one contract the service will provide a range of evidence-based interventions to individuals requiring drug and alcohol support across the full spectrum of need.
A wide range of high-quality, evidence-based interventions will be provided which focus on reducing the harms caused by substance use and promoting recovery. Intervention delivery will be intelligence led and insight driven, person-centred, gender specific, sensitive to trauma and will appropriately engage with people from the wide range of cultures which Derby comprises of.
The service will support people aged 18 and above and must develop distinct and appropriate offers for people who use:
• Alcohol
• Opiates
• Non-opiates
• Prescription only medication / illicitly obtained medications
• Poly substances
The Provider must monitor new and emerging patterns and trends in substance use. The provider must be agile and innovative to address emerging risks/need and responses may require swift and innovative resolution that occurs without the need for contract variation.
The service will not directly provide residential rehabilitation or inpatient detoxification but will undertake assessment, facilitation of placement, and continued evaluation and support to ensure successful completion as per section 2.8 of the specification. This is purchased via separate arrangements and this process will be confirmed with the successful bidder.
The service will not directly provide community pharmacy-based needle exchange or supervised consumption but will develop appropriate pathways and channels of communication with all contracted pharmacies as part of delivering a high-quality ROSC.
The Local Authority directly commissions Urine Drug Testing and screening. It will be the responsibility of the provider to work with commissioners to contain costs and ensure that testing services meet current levels of need and changing drug use profiles.
The contract commencement date is 1st April 2026 and will run for an initial term of 3 years to 31st March 2029. There will be the option to extend for a further 24 months in annual increments to 31st March 2031. Maximum term, therefore, is five years.
two.1.5) Estimated total value
Value excluding VAT: £34,200,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Drug and Alcohol Integrated Recovery-Oriented System of Care (Adults)
Lot No
1
two.2.2) Additional CPV code(s)
- 90743200 - Toxic substances rehabilitation services
two.2.3) Place of performance
NUTS codes
- UKF11 - Derby
two.2.4) Description of the procurement
Drug and Alcohol Integrated Recovery-Oriented System of Care (Adults)
We require an Integrated Drug and Alcohol Recovery Oriented System of Care (ROSC) which serves residents of Derby - as defined by the Local Authority boundaries. Through one contract the service will provide a range of evidence-based interventions to individuals requiring drug and alcohol support across the full spectrum of need.
A wide range of high-quality, evidence-based interventions will be provided which focus on reducing the harms caused by substance use and promoting recovery. Intervention delivery will be intelligence led and insight driven, person-centred, gender specific, sensitive to trauma and will appropriately engage with people from the wide range of cultures which Derby comprises of.
The service will support people aged 18 and above and must develop distinct and appropriate offers for people who use:
• Alcohol
• Opiates
• Non-opiates
• Prescription only medication / illicitly obtained medications
• Poly substances
The Provider must monitor new and emerging patterns and trends in substance use. The provider must be agile and innovative to address emerging risks/need and responses may require swift and innovative resolution that occurs without the need for contract variation.
The service will not directly provide residential rehabilitation or inpatient detoxification but will undertake assessment, facilitation of placement, and continued evaluation and support to ensure successful completion as per section 2.8. This is purchased via separate arrangements and this process will be confirmed with the successful bidder.
The service will not directly provide community pharmacy-based needle exchange or supervised consumption but will develop appropriate pathways and channels of communication with all contracted pharmacies as part of delivering a high-quality ROSC.
The Local Authority directly commissions Urine Drug Testing and screening. It will be the responsibility of the provider to work with commissioners to contain costs and ensure that testing services meet current levels of need and changing drug use profiles.
There is a maximum budget for -
• Lot 1 - Drug and Alcohol Integrated Recovery-Oriented System of Care (Adults) of £5,000,000.00 per year for the first three years of the contract
Prices shall be fixed for the initial term of the contract subject to available external grant funding. Thereafter any increment will be subject to negotiation.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £25,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend up to 24 months in annual increments.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Option to extend up to 24 months in annual increments.
two.2) Description
two.2.1) Title
Integrated Children and Young Person's Drug and Alcohol System of Care
Lot No
2
two.2.2) Additional CPV code(s)
- 90743200 - Toxic substances rehabilitation services
two.2.3) Place of performance
NUTS codes
- UKF11 - Derby
two.2.4) Description of the procurement
Integrated Children and Young Person's Drug and Alcohol System of Care.
We require an Integrated Drug and Alcohol Recovery Oriented System of Care (ROSC) which serves residents of Derby - as defined by the Local Authority boundaries. Through one contract the service will provide a range of evidence-based interventions to individuals requiring drug and alcohol support across the full spectrum of need.
A wide range of high-quality, evidence-based interventions will be provided which focus on reducing the harms caused by substance use and promoting recovery. Intervention delivery will be intelligence led and insight driven, person-centred, gender specific, sensitive to trauma and will appropriately engage with people from the wide range of cultures which Derby comprises of.
The service will support people aged 18 and above and must develop distinct and appropriate offers for people who use:
• Alcohol
• Opiates
• Non-opiates
• Prescription only medication / illicitly obtained medications
• Poly substances
The Provider must monitor new and emerging patterns and trends in substance use. The provider must be agile and innovative to address emerging risks/need and responses may require swift and innovative resolution that occurs without the need for contract variation.
The service will not directly provide residential rehabilitation or inpatient detoxification but will undertake assessment, facilitation of placement, and continued evaluation and support to ensure successful completion as per section 2.8. This is purchased via separate arrangements and this process will be confirmed with the successful bidder.
The service will not directly provide community pharmacy-based needle exchange or supervised consumption but will develop appropriate pathways and channels of communication with all contracted pharmacies as part of delivering a high-quality ROSC.
The Local Authority directly commissions Urine Drug Testing and screening. It will be the responsibility of the provider to work with commissioners to contain costs and ensure that testing services meet current levels of need and changing drug use profiles.
There is a maximum budget for -
• Lot 2 - Integrated Children and Young Person's Drug and Alcohol System of Care of £700,000 per year for the first three years of the contract
Prices shall be fixed for the initial term of the contract subject to available external grant funding. Thereafter any increment will be subject to negotiation.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend in annual increments for up to 24 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend in annual increments for up to 24 months.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Information and formalities necessary for evaluating if requirements are met:
Any supplier may be disqualified who:
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where
he has entered into an arrangement with creditors, where he has suspended business activities or is
in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding
up the administration by the court or of an arrangement with creditors or of any other similar
proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the
legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract
authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in
accordance with the legal provisions of the country in which he is established or with those of the
country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal
provisions of the country in which he is established or with those of the country of the contracting
authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section
or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in
Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of
26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention
relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in
Article 1 of Council
Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the
purpose of money laundering.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.2) Time limit for receipt of tenders or requests to participate
Date
17 August 2025
Local time
11:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
18 August 2025
Local time
10:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Procurement Act 2023 do not apply to this award.
The award criteria, which will be used to evaluate bids and select a successful Bidder to which the Council intends to award the Contract, are designed to allow the selection of the bid that represents the most economically advantageous tender, rather than lowest price alone. This evaluation will be based on a combination of quality and financial criteria as set out below.
• Price 30%
• Quality 70%
There will be an initial assessment of bids received based on the initial suitability criteria as set out in the tender documentation.
Bids will then be assessed based on the above price/quality criteria.
Interviews and Presentations, if required, will then be held.
Please note suppliers wishing to express interest and obtain the documentation must do so by 11.30pm on 17th August 2025. It is recommended that you express interest and obtain the documentation well before this time to allow sufficient time to prepare and submit a bid.
The deadline for returns is 10.00am on 18th August 2025.
Documents are available at www.eastmidstenders.org
Please search for TD2270
Please note: we will only accept expressions of interest through the e-tendering system.
six.4) Procedures for review
six.4.1) Review body
Derby City Council
Derby
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for review procedures:
Derby City Council will incorporate a minimum 8 working days standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into.
Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. Such additional information should be required from the contact details provided in section 1.1 of this notice.