Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Medway Council
Medway Council, Gun Wharf, Dock Road
Chatham
ME4 4TR
UK
Contact person: Mr Graham Thomas1
E-mail: graham.thomas1@medway.gov.uk
NUTS: UKJ41
Internet address(es)
Main address: http://www.medway.gov.uk/
Address of the buyer profile: www.kentbusinessportal.org.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Peer to Peer Outreach Service
Reference number: DN766504
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
The primary aims of the project are to recruit, train and support volunteers with lived and living experience, to provide outreach and in reach to people who use substances and are at risk of experiencing rough sleeping in Medway. Through the outreach and in reach, the focus will be to increase engagement with substance treatment and recovery services, increase and support sustained substance use treatment and recovery and to support transition from rough sleeping to supported accommodation.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
491 241.00
GBP
II.2) Description
II.2.3) Place of performance
NUTS code:
UKJ41
II.2.4) Description of the procurement
The primary aims of the project are to recruit, train and support volunteers with lived and living experience, to provide outreach and in reach to people who use substances and are at risk of experiencing rough sleeping in Medway. Through the outreach and in reach, the focus will be to increase engagement with substance treatment and recovery services, increase and support sustained substance use treatment and recovery and to support transition from rough sleeping to supported accommodation.
The Intention is to Award the contract to the existing provider, following Direct Award C process.
Dates service to be provided - 01/04/2025 to 31/03/2026 - with 3 x 12 month extension options.
Lifetime Value of the contract - £491,241.48.
II.2.5) Award criteria
Quality criterion: The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard
/ Weighting: 100
Price
II.2.11) Information about options
Options:
Yes
Description of options:
There are 3 x 12 month extension options.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Award of a contract without prior publication of a call for competition
Justification for selected award procedure:
The procurement falls outside the scope of application of the Directive
Explanation
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) Regulation 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulation 2015 do not apply to this award. The Standstill period begins on the day after the publication of this notice. Representation by providers must be made to decision makers by 31st March 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
18/03/2025
V.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Pathways to Independence
London
UK
NUTS: UKJ41
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 491 241.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.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) Regulation 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulation 2015 do not apply to this award. The Standstill period begins on the day after the publication of this notice. Representation by providers must be made to decision makers by 31st March 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
Any Representations should be made to the below.
hannah.brassington@medway.gov.uk
graham.thomas1@medway.gov.uk
Award Decision Makers.
Health Improvement Programme Manager
Commissioning Support Officer
Category Manager
Key Criteria.
Improving access, reducing health inequalities, and facilitating choice (Weighted 30%)
• The provider demonstrated they deliver an accessible approach by taking services to where the people are and evidenced working flexibly to remove barriers for people facing multiple disadvantages.
• Client feedback showed clear evidence of the holistic approach taken by the provider and an extensive list of wellbeing activities.
• The provider demonstrated in their response and throughout current performance, how they have worked with substance misuse treatment services to support people to access treatment.
Integration, collaboration, and service sustainability (Weighting 25%)
• Extensive partnership working through outreach and Multi-Disciplinary Teams was evidenced.
• The provider demonstrated they review partnership working and identify plans moving forward.
• The provider has clearly shown that they offer an equitable service, supporting people with lived experience into peer opportunities and employment.
• The provider has offered accredited training to peer mentors and regular supervision to ensure peers are fully aware of the roles, have opportunities to develop and safely manage any risks involved.
Quality and innovation (Weighted 20%)
• Case studies evidence high quality service delivery.
• Current performance demonstrates innovation with the services flexible and adaptive approach.
• Multiple examples of how the service involve people with lived experience in the co-design and delivery of the service were provided.
Social Value (weighted 5%),
The provider has set out social value commitments in accordance with the Council’s Social Value requirements.
Value (weighted 20%)
The provider confirmed delivery of the service within the financial envelope.
No Conflicts of interest.
VI.4) Procedures for review
VI.4.1) Review body
Medway Council
Chatham
UK
VI.5) Date of dispatch of this notice
19/03/2025