Hysbysiad dyfarnu contract
Canlyniadau'r weithdrefn gaffael
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Derby City Council
PQVM-1383-ZBXP
The Council House - Corporation Street
Derby
DE12FS
UK
Person cyswllt: Katy Preece
Ffôn: +44 1332640768
E-bost: Procurement@derby.gov.uk
NUTS: UKF11
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.derby.gov.uk/
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
TD2270 - Drug & Alcohol Integrated Recovery-Oriented System of Care Services TD2270 (DN781873)
Cyfeirnod: TD2270
II.1.2) Prif god CPV
90743200
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
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
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
II.1.7) Cyfanswm gwerth y caffaeliad
Gwerth heb gynnwys TAW: 34 200 000.00 GBP
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Lot 1 - Drug and Alcohol Integrated Recovery-Oriented System of Care (Adults)
II.2.2) Cod(au) CPV ychwanegol
90743200
II.2.3) Man cyflawni
Cod NUTS:
UKF11
II.2.4) Disgrifiad o’r caffaeliad
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.
II.2.5) Meini prawf dyfarnu
Maes prawf ansawdd: Quality
/ Pwysoliad: 70
Price
/ Pwysoliad:
30
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
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.
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
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.
Rhif y Lot 2
II.2.1) Teitl
Lot 2 - Integrated Children and Young Person's Drug and Alcohol System of Care
II.2.2) Cod(au) CPV ychwanegol
90743200
II.2.3) Man cyflawni
Cod NUTS:
UKF11
II.2.4) Disgrifiad o’r caffaeliad
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.
II.2.5) Meini prawf dyfarnu
Maes prawf ansawdd: Quality
/ Pwysoliad: 70
Price
/ Pwysoliad:
30
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
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.
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
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 IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2025/S 000-039482
Section V: Dyfarnu contract
Rhif y Lot: 1
Teitl: Drug and Alcohol Integrated Recovery-Oriented System of Care (Adults)
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
06/10/2025
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 5
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.3) Enw a chyfeiriad y contractwr
CRANSTOUN SERVICES LIMITED
12313944
Thames Mews, Esher
Surrey
KT10 9AD
UK
NUTS: UK
BBaCh yw’r contractwr:
Ydy
V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)
Cyfanswm gwerth y contract/lot: 25 000 000.00 GBP
V.2.5) Gwybodaeth am is-gontractio
Section V: Dyfarnu contract
Rhif y Lot: 2
Teitl: Integrated Children and Young Person's Drug and Alcohol System of Care
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
06/10/2025
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 5
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.3) Enw a chyfeiriad y contractwr
CHANGE GROW LIVE SERVICES LIMITED
06228752
North Suite, First Floor, 1 Jubilee Street, Brighton
East Sussex
BN1 1GE
UK
NUTS: UK
Cyfeiriad(au) rhyngrwyd
URL: https://www.changegrowlive.org/
BBaCh yw’r contractwr:
Ydy
V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)
Cyfanswm gwerth y contract/lot: 3 500 000.00 GBP
V.2.5) Gwybodaeth am is-gontractio
Section VI: Gwybodaeth ategol
VI.3) Gwybodaeth ychwanegol
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
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Derby City Council
The Council House, Corporation Street
Derby
DE1 2FS
UK
Ffôn: +44 1332640768
E-bost: procurement@derby.gov.uk
VI.5) Dyddiad anfon yr hysbysiad hwn
06/10/2025