Contract

Kirklees Integrated Substance Misuse Service

  • Kirklees Council

F20: Modification notice

Notice identifier: 2023/S 000-010337

Procurement identifier (OCID): ocds-h6vhtk-02f4f1

Published 11 April 2023, 12:54pm



Section one: Contracting authority/entity

one.1) Name and addresses

Kirklees Council

Town Hall,Ramsden Street,

Huddersfield

HD1 2TA

Contact

Mohammed Sidat

Email

mohammed.sidat@Kirklees.gov.uk

Telephone

+44 1484221000

Country

United Kingdom

Region code

UKE44 - Calderdale and Kirklees

National registration number

GB184352457

Internet address(es)

Main address

http://www.kirklees.gov.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104104


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Kirklees Integrated Substance Misuse Service

Reference number

KMCPH-022

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.2) Description

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKE44 - Calderdale and Kirklees
Main site or place of performance

The Borough of Kirklees

two.2.4) Description of the procurement at the time of conclusion of the contract:

Tenders are invited by the Council from Providers with relevant experience and ability to demonstrate sufficient capacity for the provision of Kirklees Integrated Substance Misuse Services (the "Services"). The Council is looking to procure a service which encompasses the full range of substance misuse interventions including, but not limited to, early intervention approaches, harm reduction, structured care and recovery supports. The service

will be part of a wider system that the Council wants to refocus to a whole system prevention and recovery model. It is the Councils preference that this service will be delivered by a formal partnership of providers, which includes Kirklees third sector organisations, who have the skills, experience and relationships (to be developed as necessary) required to deliver the specified outcomes. It is further anticipated that during the life of the contract the provider(s), in partnership with the commissioner, will develop an consortia model with key partners who are involved in the delivery of relevant pathways that contribute to the achievement of the specified outcomes. The anticipated commencement date for the Contract is 1st October 2022 and the anticipated expiry date for the Contract is 30th September 2027 with the option to extend for up to a further sixty (60) months. Further details regarding the Services required are set out in the Specification and in the Conditions of Contract.

two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

60

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.2) Administrative information

four.2.1) Contract award notice concerning this contract

Notice number: 2022/S 000-022993


Section five. Award of contract/concession

Contract No

KMCPH-022

Title

Kirklees Integrated Substance Misuse Service

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract/concession award decision:

20 April 2022

five.2.2) Information about tenders

The contract/concession has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

Change Grow Live

3rd Floor, Tower Point, 44 North Road

Brighton

BN1 1YR

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
National registration number

3861209

Internet address

https://www.cri.org.uk

The contractor/concessionaire is an SME

No

five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)

Total value of the procurement: £53,924,704.9


Section six. Complementary information

six.3) Additional information

Provided that the tender is submitted fully in accordance with the requirements set out within the Specification and the remaining sections of the procurement documents, the contract will be awarded on the basis of the Most Economically Advantageous Tender based on 80% quality, 10% Social Value and 10% Price.

Further specifics on the above award criteria can be found in the procurement documentation that is available to access at www.yortender.eu-supply.com.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

N/A

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with Regulation 86 (Notices of decisions to award a contract or conclude a framework),Regulation 87 (Standstill periods) and Chapter 6 (Applications to Court) of the Public Contracts Regulations 2015 (SI 2015/102), the contracting authority will incorporate a minimum ten (10) calendar day standstill period at the point that information on the award of the Contract is communicated to economic operators. This period allows any unsuccessful economic operator(s) to seek further debriefing from the contracting authority before the award of the Contract to the successful economic operators. Such additional information should be requested from the address at Sections I.1 and I.3 of this Notice above. If an appeal regarding the award of the Contract has not been successfully resolved, then the Public Contracts Regulations 2015 (SI 2015/102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within thirty (30) days beginning with the date when the aggrieved party first knew or sought to have grounds for starting the proceedings had arisen. The Court may extend the time limited for starting proceedings where the Court considers that there is a good reason for doing so, but not so as to permit proceedings to be started more than three (3) months after that date. Where the Contract has not been awarded, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If however the Contract has been awarded, the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the Contract to be ineffective.


Section seven: Modifications to the contract/concession

seven.1) Description of the procurement after the modifications

seven.1.1) Main CPV code

  • 85000000 - Health and social work services

seven.1.3) Place of performance

NUTS code
  • UKE44 - Calderdale and Kirklees
Main site or place of performance

The Borough of Kirklees

seven.1.4) Description of the procurement:

The Council has procured a service which encompasses the full range of substance misuse interventions including, but not limited to, early intervention approaches, harm reduction, structured care and recovery supports. The service is part of a wider system that the Council wants to refocus to a whole system prevention and recovery model.

seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

60

seven.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession:

£56,074,307.6

seven.1.7) Name and address of the contractor/concessionaire

Change Grow Live

Brighton

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
National registration number

3861209

The contractor/concessionaire is an SME

No

seven.2) Information about modifications

seven.2.1) Description of the modifications

Nature and extent of the modifications (with indication of possible earlier changes to the contract):

The additional funding provide by national government is to support the improvements described in the December 2021 drug strategy, use of the SSMTR funding should directly address the aims of the treatment and recovery section of the strategy.

This funding will support the Service to go above and beyond what is already commissioned through the Integrated Service and will contribute towards achieving the outcomes that are described in the new drug strategy and Dame Carol Black's vision for drug treatment and recovery systems.

The funding is available for revenue spend only and must be spent in accordance with the menu of interventions provided by the Office for Health Improvement and Disparities (OHID)

and subsequent planning spreadsheets submitted by the Local Authority for each financial year.

The funding allocations will be:

01/10/2022 - 31/02/2023 - £629,117.00

01/04/2023 - 31/03/2024 - £1,520,485.80

Any money not spent in the financial year, unless re-profiled in agreement with the Authority and OHID will be returned back to the Local Authority.

seven.2.2) Reasons for modification

Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee.

Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:

Supplemental funding was made available by the Government for substance misuse treatment and recovery (SSMTR).

The modification does not exceed 50% of the value of the original contract. The modification is considered by the contracting authority to not be substantial and therefore to be within the exception set out in Regulation 72(1)(e).

seven.2.3) Increase in price

Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)

Value excluding VAT: £53,924,704.8

Total contract value after the modifications

Value excluding VAT: £56,074,307.6