Section one: Contracting authority
one.1) Name and addresses
Derby City Council
The Council House - Corporation Street
Derby
DE12FS
Contact
Katy Preece
Telephone
+44 1332640768
Country
United Kingdom
Region code
UKF11 - Derby
Public Procurement Organisation Number
PQVM-1383-ZBXP
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
TD2270 - Drug & Alcohol Integrated Recovery-Oriented System of Care Services TD2270 (DN781873)
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
Adult and Children and Young Person's Drug & Alcohol Integrated Recovery-Oriented System of Care.
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
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £34,200,000
two.2) Description
two.2.1) Title
Lot 1 - 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
Adult and Children and Young Person's Drug & Alcohol Integrated Recovery-Oriented System of Care - made up of 2 Lots:
Lot 1 - Drug and Alcohol Integrated Recovery-Oriented System of Care (Adults)
This service will provide an Integrated Substance Use Recovery Orientated System of Care to people aged 18 and above who reside in Derby. The service will provide a range of evidence-based interventions to individuals requiring support with experimental and recreational, hazardous/harmful and high-risk/dependent substance use.
Lot 2 - Integrated Children and Young Person's Drug and Alcohol System of Care
This service will provide an integrated continuum of substance use interventions to young people and young adults under 25, who reside in Derby - allowing them to access substance use support at the most appropriate level to their needs.
Contract start date:
1 April 2026
Contract end date:
31 March 2031
Contract type:
Service contracts for existing services that will be awarded to new providers.
Please note the value of this notice (£34.2m) is inclusive of VAT. The exclusive of VAT amount is £28.5m.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.11) Information about options
Options: Yes
Description of options
There will be an option to extend the contract for a further 2 years in annual increments, subject to satisfactory performance, funding and business needs. Maximum contract period, therefore, is 5 years.
two.2.14) Additional information
This is a Provider Selection Regime (PSR) intention to award 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 Public Contracts Regulations 2015 do not apply to this award. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by 16th October 2025. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.'
Written representations should be sent to the following:
Contact Name: Procurement (Teresa Gerrard, Head of Procurement)
Derby City Council
Corporation Street,
Derby
DE1 2FS
Telephone: 01332 640768
Email: procurement@derby.gov.uk
The decision has been made by a multi disciplined panel made up of local authority officers, including the Assistant Director of Public Health, Public Health Commissioners, Public Health Managers and key external stakeholders. There were no conflicts of interest declared.
The invitation to tender documentation detailed the qualification and assessment criteria, each bidder had to:
• comprehensively complete the Selection Questionnaire (parts 1 to 4, including upload acceptable alternative documents where applicable), pass all Pass / Fail questions and meet the required standard for scored questions in the Selection Questionnaire
• meet the required minimum scores in relation to Quality as set out in the Award Criteria;
• ensure the bid did not exceed the available budget and met the affordability criteria
The award criteria, used to evaluate the bids and select a successful bidder to which the Council intends to award the Contract, were designed to allow the selection of the bid that represents the most economically advantageous tender, rather than lowest price alone. This evaluation was based on a combination of quality and financial criteria as set out below:
• Price 30%
• Quality 70%
The quality criteria were broken down by the key quality aspects, these were weighted by relative importance.
The chosen providers ranked the highest.
two.2) Description
two.2.1) Title
Lot 2 - 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
Adult and Children and Young Person's Drug & Alcohol Integrated Recovery-Oriented System of Care - made up of 2 Lots:
Lot 1 - Drug and Alcohol Integrated Recovery-Oriented System of Care (Adults)
This service will provide an Integrated Substance Use Recovery Orientated System of Care to people aged 18 and above who reside in Derby. The service will provide a range of evidence-based interventions to individuals requiring support with experimental and recreational, hazardous/harmful and high-risk/dependent substance use.
Lot 2 - Integrated Children and Young Person's Drug and Alcohol System of Care
This service will provide an integrated continuum of substance use interventions to young people and young adults under 25, who reside in Derby - allowing them to access substance use support at the most appropriate level to their needs.
Contract start date:
1 April 2026
Contract end date:
31 March 2031
Contract type:
Service contracts for existing services that will be awarded to new providers.
Please note the value of this notice (£34.2m) is inclusive of VAT. The exclusive of VAT amount is £28.5m.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.11) Information about options
Options: Yes
Description of options
There will be an option to extend the contract for a further 2 years in annual increments, subject to satisfactory performance, funding and business needs. Maximum contract period, therefore, is 5 years.
two.2.14) Additional information
This is a Provider Selection Regime (PSR) intention to award 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 Public Contracts Regulations 2015 do not apply to this award. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by 16th October 2025. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.'
Written representations should be sent to the following:
Contact Name: Procurement (Teresa Gerrard, Head of Procurement)
Derby City Council
Corporation Street,
Derby
DE1 2FS
Telephone: 01332 640768
Email: procurement@derby.gov.uk
The decision has been made by a multi disciplined panel made up of local authority officers, including the Assistant Director of Public Health, Public Health Commissioners, Public Health Managers and key external stakeholders. There were no conflicts of interest declared.
The invitation to tender documentation detailed the qualification and assessment criteria, each bidder had to:
• comprehensively complete the Selection Questionnaire (parts 1 to 4, including upload acceptable alternative documents where applicable), pass all Pass / Fail questions and meet the required standard for scored questions in the Selection Questionnaire
• meet the required minimum scores in relation to Quality as set out in the Award Criteria;
• ensure the bid did not exceed the available budget and met the affordability criteria
The award criteria, used to evaluate the bids and select a successful bidder to which the Council intends to award the Contract, were designed to allow the selection of the bid that represents the most economically advantageous tender, rather than lowest price alone. This evaluation was based on a combination of quality and financial criteria as set out below:
• Price 30%
• Quality 70%
The quality criteria were broken down by the key quality aspects, these were weighted by relative importance.
The chosen providers ranked the highest
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.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-039482
Section five. Award of contract
Lot No
1
Title
Drug and Alcohol Integrated Recovery-Oriented System of Care (Adults)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
6 October 2025
five.2.2) Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
CRANSTOUN SERVICES LIMITED
Thames Mews, Esher
Surrey
KT10 9AD
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
12313944
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £25,000,000
Section five. Award of contract
Lot No
2
Title
Integrated Children and Young Person's Drug and Alcohol System of Care
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
6 October 2025
five.2.2) Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
CHANGE GROW LIVE SERVICES LIMITED
North Suite, First Floor, 1 Jubilee Street, Brighton
East Sussex
BN1 1GE
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
06228752
Internet address
https://www.changegrowlive.org/
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £3,500,000
Section six. Complementary information
six.3) Additional information
This is a Provider Selection Regime (PSR) intention to award 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 Public Contracts Regulations 2015 do not apply to this award. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by 16th October 2025. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.'
Written representations should be sent to the following:
Contact Name: Procurement (Teresa Gerrard, Head of Procurement)
Derby City Council
Corporation Street,
Derby
DE1 2FS
Telephone: 01332 640768
Email: procurement@derby.gov.uk
The decision has been made by a multi disciplined panel made up of local authority officers, including the Assistant Director of Public Health, Public Health Commissioners, Public Health Managers and key external stakeholders. There were no conflicts of interest declared.
The invitation to tender documentation detailed the qualification and assessment criteria, each bidder had to:
• comprehensively complete the Selection Questionnaire (parts 1 to 4, including upload acceptable alternative documents where applicable), pass all Pass / Fail questions and meet the required standard for scored questions in the Selection Questionnaire
• meet the required minimum scores in relation to Quality as set out in the Award Criteria;
• ensure the bid did not exceed the available budget and met the affordability criteria
The award criteria, used to evaluate the bids and select a successful bidder to which the Council intends to award the Contract, were designed to allow the selection of the bid that represents the most economically advantageous tender, rather than lowest price alone. This evaluation was based on a combination of quality and financial criteria as set out below:
• Price 30%
• Quality 70%
The quality criteria were broken down by the key quality aspects, these were weighted by relative importance.
The chosen providers ranked the highest
six.4) Procedures for review
six.4.1) Review body
Derby City Council
The Council House, Corporation Street
Derby
DE1 2FS
Telephone
+44 1332640768
Country
United Kingdom