Section one: Contracting authority
one.1) Name and addresses
Kent County Council
Sessions House
Maidstone
ME14 1XQ
Contact
Mr Matt Wellard
Telephone
+44 3000413221
Country
United Kingdom
Region code
UKJ4 - Kent
Internet address(es)
Main address
Buyer's address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
SC240066 - West Kent Drug and Alcohol service
Reference number
DN744278
two.1.2) Main CPV code
- 85312500 - Rehabilitation services
two.1.3) Type of contract
Services
two.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.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £30,291,915.85
two.2) Description
two.2.2) Additional CPV code(s)
- 85312500 - Rehabilitation services
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
two.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.
two.2.5) Award criteria
Price
two.2.11) Information about options
Options: No
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.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
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.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
Section five. Award of contract
Contract No
SC240066 West Kent Drug and Alcohol Service
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
21 October 2024
five.2.2) Information about tenders
Number of tenders received: 1
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 Ltd
North Suite First Floor 1 Jubilee Street
Brighton
BN1 1GE
Country
United Kingdom
NUTS code
- UKJ4 - Kent
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £30,291,915.85
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Kent County Council
Maidstone
Country
United Kingdom