Section one: Contracting authority
one.1) Name and addresses
METROPOLITAN BOROUGH OF SOLIHULL
Council House, Manor Square
Solihull
B913QB
Country
United Kingdom
Region code
UKG32 - Solihull
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
SOL - Healthy Child Programme (0-19 years) 2025
Reference number
SOL - 19823
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
For the Provision of the Healthy Child Programme (0-19 years). The Healthy Child Programme Service (0-19 years) is composed of Health Visiting (HV), School Nursing (SN), an Infant Feeding team (IF) & the Family Nurse Partnership (FNP) programme for adolescent parents. The purpose of the service is to improve health and wellbeing outcomes for all families in Solihull from pregnancy to 19, focusing on early childhood development, health, addressing issues early and working with specialist services. Mandated elements include five checks for all resident babies from 0-2 years, safeguarding work & the National Child Measurement Programme (NCMP). National guidance also recommends health checks for school-aged children and young people and the services covered in this contract are an integral component of the early help system in Solihull.
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: £21,416,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKG32 - Solihull
two.2.4) Description of the procurement
The Healthy Child Programme Service (0-19 years) is composed of Health Visiting (HV), School Nursing (SN), an Infant Feeding team (IF) & the Family Nurse Partnership (FNP) programme for adolescent parents. The purpose of the service is to improve health and wellbeing outcomes for all families in Solihull from pregnancy to 19, focusing on early childhood development, health, addressing issues early and working with specialist services. Mandated elements include five checks for all resident babies from 0-2 years, safeguarding work & the National Child Measurement Programme (NCMP). National guidance also recommends health checks for school-aged children and young people and the services covered in this contract are an integral component of the early help system in Solihull.
Solihull Council are intending to award this contract to the existing provider of this service, South Warwickshire University NHS Foundation Trust (SWUFT) following direct award process C under PSR Regulations 2023 Regulation 9.
The approximate lifetime value of the contract comprising initial term of 3 years & 1 month, and up to 2 years extension, is £21.416m. The level of grants and funding may change over the life of the contract, and inflation applied by agreement.
The contract is intended to provide the service on an initial term of 3 years and 1 month from 1st March 2025 to 31 March 2028, with the option of extending up to a maximum of 2 years to 31 March 2030.
two.2.5) Award criteria
Quality criterion - Name: The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard. / Weighting: 100
Price - Weighting: 0%
two.2.11) Information about options
Options: Yes
Description of options
Option to extend beyond the initial term up to a maximum of 2 years.
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:
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) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by midnight on Friday 24 January 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
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
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
10 January 2025
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
South Warwickshire University NHS Foundation Trust (SWFT)
Lakin Road
Warwick
CV34 5BW
Country
United Kingdom
NUTS code
- UKG13 - Warwickshire
NHS Organisation Data Service
RJC
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £21,416,000
Total value of the contract/lot: £21,416,000
Section six. Complementary information
six.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) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The publication of this notice marks the start of the standstill period.
Representations by providers must be made to decision makers by midnight on Friday 24 January 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
Representations should be sent to the Corporate Procurement Service, Solihull MBC via email procteam@solihull.gov.uk
The award decision-maker(s) were: Director of Public Health, Education and Inclusion.
Declared conflicts or potential conflicts of interest of individuals:
Conflicts of interest identified among service area officers: 1
The non-conflicted members have assessed the nature and risk of this conflict and have decided which steps to take to avoid or manage it. The officer was not involved in the award decision and signed a confidentiality agreement that applies throughout the procurement process.
Key criteria rationale: The relative importance of the key criteria is weighted to reflect that all key criteria are important to the successful delivery of the service, with a slightly higher weighting to quality and innovation as this is essential to a continued successful and responsive service.
Key criteria 1 - Quality & Innovation (weighted 25%):
Performance is strong and KPIs throughout the contract have been largely above the national average, with last year being particularly strong. A benchmarking exercise has shown that service delivery on Health Visiting development checks and service outcomes have been favourable compared to demographic and statistical neighbours. The Provider has consistently demonstrated innovation both in response to seeking service improvement and efficiencies.
Key criteria 2 - Value (weighting 20%):
The service has been delivered within the available budget for the duration of the contract. Skill-mix for the staffing teams has delivered efficiencies in addition to the use of digital platforms for some parent/carer sessions and training, and changes to reduce non-pay overheads. Levels of support for families is need-led, ensuring that families who need the support most receive the most intensive service response, translating to equitable service delivery.
Key criteria 3 - Integration, collaboration and service sustainability (weighted 20%):
As key public health workforce teams, staff in the service work in partnership with partner agencies (such as Council teams, other NHS services and local voluntary/community sector partners) as an absolute fundamental aspect of their approach. There is a clear expectation that the service teams will integrate to support the delivery of the wider early help approach for families, intervening before issues escalate. The Provider has demonstrated willingness to collaborate and have fully engaged with the Council and partners.
Key criteria 4 - Improving access, reducing inequalities and facilitating choice (weighted 20%):
There is a clear expectation that the service delivery will include arrangements to improve access, reduce inequalities and facilitate choice. This includes requirements to identify needs and target most intensive support and improve ease of accessing the service. The Provider has demonstrated effective service design and delivery to address inequality and support engagement. The service has consistently been required to demonstrate how access is easy and user-friendly.
Key criteria 5 - Social Value (weighted 15%):
Specific deliverables have been agreed between the commissioner and provider with SMART objectives to ensure robust monitoring and delivery.
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
London
Country
United Kingdom