Award

SC240066 - West Kent Drug and Alcohol service

KENT COUNTY COUNCIL

This public procurement record has 1 release in its history.

Award

21 Oct 2024 at 09:47

Summary of the contracting process

The procurement process led by Kent County Council involves the awarding of a contract for the West Kent Drug and Alcohol Service, classified under rehabilitation services. The contract, awarded as a direct award under The Health Care Services (Provider Selection Regime) Regulations 2023, is aimed at reducing drug and alcohol harm and improving public health in Kent. The procurement pertains to the regional authority's strategic plans and is set to start on 1st February 2025, running until 31 January 2029. The contract was signed on 21st October 2024 with Change Grow Live Services Ltd, the successful supplier, based on their existing performance and future potential. This process follows the limited procurement method and rationale that falls outside the scope of the directive.

This tender presents ample opportunities for businesses involved in healthcare and social services, particularly those specialised in substance misuse and rehabilitation. It highlights a sustained demand for quality service provision in public health and integrated care models, aligning with both local and national strategic initiatives. Companies capable of delivering innovative solutions, ensuring service sustainability and social value, and improving access can significantly benefit from this procurement. Furthermore, businesses with a proven track record in similar services and those looking to expand their portfolio in the public healthcare sector will find this contract particularly advantageous.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

SC240066 - West Kent Drug and Alcohol service

Notice 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.

Lot Information

Lot 1

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.

Procurement Information

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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04af83
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/033902-2024
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85312500 - Rehabilitation services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£30,291,915 £10M-£100M

Notice Dates

Publication Date
21 Oct 20241 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
20 Oct 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
KENT COUNTY COUNCIL
Contact Name
Mr Matt Wellard
Contact Email
matthew.wellard@kent.gov.uk
Contact Phone
+44 3000413221

Buyer Location

Locality
MAIDSTONE
Postcode
ME14 1XQ
Post Town
Rochester
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ4 Kent
Small Region (ITL 3)
TLJ45 Mid Kent
Delivery Location
TLJ4 Kent

Local Authority
Maidstone
Electoral Ward
Penenden Heath
Westminster Constituency
Maidstone and Malling

Supplier Information

Number of Suppliers
1
Supplier Name

CHANGE GROW LIVE SERVICES

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-04af83-2024-10-21T10:47:56+01:00",
    "date": "2024-10-21T10:47:56+01:00",
    "ocid": "ocds-h6vhtk-04af83",
    "initiationType": "tender",
    "tender": {
        "id": "DN744278",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "SC240066 - West Kent Drug and Alcohol service",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "85312500",
            "description": "Rehabilitation services"
        },
        "mainProcurementCategory": "services",
        "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.",
        "lots": [
            {
                "id": "1",
                "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. 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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85312500",
                        "description": "Rehabilitation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ4"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_OUTSIDE_SCOPE",
                "description": "The procurement falls outside the scope of application of the directive"
            }
        ],
        "procurementMethodRationale": "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."
    },
    "awards": [
        {
            "id": "033902-2024-SC240066 West Kent Drug and Alcohol Service-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-127628",
                    "name": "Change Grow Live Services Ltd"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-462",
            "name": "Kent County Council",
            "identifier": {
                "legalName": "Kent County Council"
            },
            "address": {
                "streetAddress": "Sessions House",
                "locality": "Maidstone",
                "region": "UKJ4",
                "postalCode": "ME14 1XQ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mr Matt Wellard",
                "telephone": "+44 3000413221",
                "email": "Matthew.Wellard@kent.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.kent.gov.uk",
                "buyerProfile": "http://www.kent.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-127628",
            "name": "Change Grow Live Services Ltd",
            "identifier": {
                "legalName": "Change Grow Live Services Ltd"
            },
            "address": {
                "streetAddress": "North Suite First Floor 1 Jubilee Street",
                "locality": "Brighton",
                "region": "UKJ4",
                "postalCode": "BN1 1GE",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-1195",
            "name": "Kent County Council",
            "identifier": {
                "legalName": "Kent County Council"
            },
            "address": {
                "locality": "Maidstone",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-462",
        "name": "Kent County Council"
    },
    "contracts": [
        {
            "id": "033902-2024-SC240066 West Kent Drug and Alcohol Service-1",
            "awardID": "033902-2024-SC240066 West Kent Drug and Alcohol Service-1",
            "status": "active",
            "value": {
                "amount": 30291915.85,
                "currency": "GBP"
            },
            "dateSigned": "2024-10-21T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    },
    "language": "en"
}