Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

SC240066 - West Kent Drug and Alcohol service

  • First published: 22 October 2024
  • Last modified: 22 October 2024
  • Record interest

     

  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-04af83
Published by:
Kent County Council
Authority ID:
AA20084
Publication date:
22 October 2024
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

It is the intent of the Council to award a contract as detailed within this notice to an existing provider following The Health Care Services (Provider Selection Regime) Regulations 2023 Direct Award C procurement procedure.

Kent County Council has statutory responsibility as a condition of its Public Health Grant to provide specialist Substance Misuse Services aimed at reducing the harm caused by drugs and alcohol and to improve the health and wellbeing of Kent’s population.

This contract under the Adult Kent Drug and Alcohol Services is due to expire on 31 January 2025 and therefore a procurement was required to ensure the continuity of the services from the 1st February 2025.

The provision of drug and alcohol services aligns with local and national strategies. Locally, the services support the levelling up agenda and integrated model of care outlined in the KCC Strategic plan 2022-26 (Framing Kent’s Future) as well as the improvement of the local treatment and recovery system as outlined in the Kent Drug and Alcohol Strategy, 2023-2028.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Kent County Council

Sessions House

Maidstone

ME14 1XQ

UK

Contact person: Mr Matt Wellard

Telephone: +44 3000413221

E-mail: Matthew.Wellard@kent.gov.uk

NUTS: UKJ4

Internet address(es)

Main address: http://www.kent.gov.uk

Address of the buyer profile: http://www.kent.gov.uk

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

SC240066 - West Kent Drug and Alcohol service

Reference number: DN744278

II.1.2) Main CPV code

85312500

 

II.1.3) Type of contract

Services

II.1.4) Short description

It is the intent of the Council to award a contract as detailed within this notice to an existing provider following The Health Care Services (Provider Selection Regime) Regulations 2023 Direct Award C procurement procedure.

Kent County Council has statutory responsibility as a condition of its Public Health Grant to provide specialist Substance Misuse Services aimed at reducing the harm caused by drugs and alcohol and to improve the health and wellbeing of Kent’s population.

This contract under the Adult Kent Drug and Alcohol Services is due to expire on 31 January 2025 and therefore a procurement was required to ensure the continuity of the services from the 1st February 2025.

The provision of drug and alcohol services aligns with local and national strategies. Locally, the services support the levelling up agenda and integrated model of care outlined in the KCC Strategic plan 2022-26 (Framing Kent’s Future) as well as the improvement of the local treatment and recovery system as outlined in the Kent Drug and Alcohol Strategy, 2023-2028.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 30 291 915.85  GBP

II.2) Description

II.2.2) Additional CPV code(s)

85312500

II.2.3) Place of performance

NUTS code:

UKJ4

II.2.4) Description of the procurement

It is the intent of the Council to award a contract as detailed within this notice to an existing provider following The Health Care Services (Provider Selection Regime) Regulations 2023 Direct Award C procurement procedure.

Proposed Contract Start and End Date 1st February 2025 – 31 January 2029

The individuals involved in writing the assessment template were

- Max Guest – Commissioner

- Rebecca Eley – Senior Commissioner

The individuals involved in managing the moderation process were

- Matthew Wellard – Commercial and Procurement Manager – Moderator

- Nicola Foster – Commercial and Procurement Officer – Note taker

The individuals involved in the evaluation of the 5 Key Criteria were within the Direct Award C process.

-Jess Mookherjee

-Chris Beale

-Alison Newman

-Alan Luke

-Rebecca Rhodes

The Director of Public Health Anjan Ghosh took the decision to intend to award the contract.

A summary of the assessment as to whether Change Grow Live Services Ltd met the quality standard required to be Direct Awarded the contract under the Provider Selection Regime (PSR) Direct Award C procurement process. The evaluation panel independently scored the providers past and future performance against the 5 key criteria using a set scoring criteria which is detailed below.

Grade Score Grade Descriptions

A – Exceptional Evidence 100 Evidence meets the requirement in an exceptional manner that demonstrates an overall extremely effective solution including the relevant commitment, understanding and resource

B – Very good evidence 93 Evidence meets the requirement in a very good manner that delivers an overall effective solution including the relevant commitment, understanding and resource

C – Good evidence 85 Evidence meets the requirement that delivers an overall effective solution including the relevant commitment, understanding and resource

D – Acceptable Evidence

80

Evidence meets the requirement with to an acceptable standard that overall includes the relevant commitment, understanding and resource and quality, notwithstanding that there may be minor issues which are easily resolvable and in any event which do not have a material impact on the overall acceptability of the contract.

E – Minor reservations 70 Evidence meets the requirement that overall includes the relevant commitment, understanding and resource but which may give rise to some minor reservations in one or more areas which may be resolvable but, if not, may have an impact on the overall acceptability of the contract.

F – Major Reservations 30 Evidence fails overall to meet the requirement and/or gives rise to one or more serious concerns about the relevant commitment, understanding, and/or resources irrespective of any added value above the requirements or elements of the requirements.

G – Unacceptable evidence 0 Evidence overall fails to meet the requirement and/or contains insufficient information to evidence overall meeting the requirement, including the relevant commitment, understanding and/or resources irrespective of any added value above the requirements or elements of the requirements.

The outcome of the assessment is below.

2 ) Is the provider doing a good job on the existing contract?

Heading titles (Key Criteria Moderated Score Numerical Value Weighting Weighted Score)

Quality and Innovation B 93 25 23.25

Value C 85 25 21.25

Integration, collaboration and service sustainability C 85 20 17

Improving access, reducing health inequalities, and facilitating choice B 93 20 18.6

Social value B 93 10 9.3

89.4 PASS as score is greater than minimum score required of 80

3) Is the provider likely to do a good job on the future contract?

Heading titles (Key Criteria Moderated Score Numerical Value Weighting Weighted Score)

Quality and Innovation C 85 25 21.25

Value B 93 25 23.25

Integration, collaboration and service sustainability B 93 20 18.6

Improving access, reducing health inequalities, and facilitating choice B 93 20 18.6

Social value B 93 10 9.3

91 PASS as score is greater than minimum score required of 80

In addition, an assessment was made against whether the contract was changing considerably, which is detailed below;

- Assessment of the contract concluded the proposed contracting arrangements were not materially different in character to the existing contract

- AND

- The new contracting arrangements did not meet the considerable change tests set out in Regulation 6(10)(b)(i-iii)

The contract was also assessed against the Basic Selection Criteria and passed all required elements of the Basic Selection Criteria.

Following the full assessment required under Direct Award C, it was deemed permissible to Direct Award the contract to Change Grow Live Services Ltd as

1 The provider met all requirements under the basic selection criteria

2 the contract was not changing considerably

3 the provider was performing well against the existing contract

4 the provider will likely satisfy the requirements of the future contract to a suitable level.

II.2.5) Award criteria

Price

II.2.11) Information about options

Options: No

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

It is the intent of the Council to award a contract as detailed within this notice to an existing provider following The Health Care Services (Provider Selection Regime) Regulations 2023 Direct Award C procurement procedure.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

Section V: Award of contract

Contract No: SC240066 West Kent Drug and Alcohol Service

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

21/10/2024

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

Change Grow Live Services Ltd

North Suite First Floor 1 Jubilee Street

Brighton

BN1 1GE

UK

NUTS: UKJ4

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 30 291 915.85  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

Kent County Council

Maidstone

UK

VI.5) Date of dispatch of this notice

21/10/2024

Coding

Commodity categories

ID Title Parent category
85312500 Rehabilitation services Social work services without accommodation

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Matthew.Wellard@kent.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.