Tender

TD2270 - Drug & Alcohol Integrated Recovery-Oriented System of Care Services

  • Derby City Council

F02: Contract notice

Notice identifier: 2025/S 000-039482

Procurement identifier (OCID): ocds-h6vhtk-055e28

Published 14 July 2025, 10:03am



Section one: Contracting authority

one.1) Name and addresses

Derby City Council

The Council House - Corporation Street

Derby

DE1 2FS

Contact

Paul Hallsworth

Email

procurement@derby.gov.uk

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

www.derby.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.eastmidstenders.org

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

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.