Contract

Surrey Healthy Children and Families Limited Liability Partnership for a Surrey Children's Community Health Service

  • NHS Surrey Heartlands ICB

F20: Modification notice

Notice identifier: 2022/S 000-024039

Procurement identifier (OCID): ocds-h6vhtk-0363ad

Published 26 August 2022, 4:17pm



Section one: Contracting authority/entity

one.1) Name and addresses

NHS Surrey Heartlands ICB

92A), Woodhatch Place, 11 Cockshot Hill, Woodhatch

Reigate

RHS 8EF

Contact

Niki Baier

Email

niki.baier@nhs.net

Telephone

+44 3005611489

Country

United Kingdom

Region code

UKJ2 - Surrey, East and West Sussex

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.surreyheartlands.org

Buyer's address

www.surreyheartlands.org


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Surrey Healthy Children and Families Limited Liability Partnership for a Surrey Children's Community Health Service

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement at the time of conclusion of the contract:

The contracting authorities have an existing contract with Surrey Healthy Children and Families Limited Liability Partnership to provide the Surrey Children's Community Health Service. The original contract commenced on 1st April 2017. This contract will be extended until 31st March 2024

The original contract was let on a like for like/lift and shift basis to bring the majority of children's community health services in Surrey under one umbrella, aimed at equity in provision as well as a more uniform approach to delivery.

As the system moves towards integration commissioners are keen to ensure that services connect with children and their families at home, within their communities and where appropriate at scale. This aligns to the development of ICB's and ICS's and local system ambitions to keep people well, support children earlier and keep them rooted in Surrey and local communities. Our vision for Children's Community Health Services is therefore - that they meet the needs of children, young people and their families at the earliest opportunity, through providing safe and effective support, advice and specialist delivery at home, within local communities and across the county's geographies.

two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession

Start date

1 April 2023

End date

31 March 2024


Section four. Procedure

four.2) Administrative information

four.2.1) Contract award notice concerning this contract

Notice number: 2015/S 146-269048


Section five. Award of contract/concession

Contract No

MA-GWCCG-170615

Title

Surrey Healthy Children and Families Limited Liability Partnership for a Surrey Children's Community Health Service

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract/concession award decision:

22 June 2022

five.2.2) Information about tenders

The contract/concession has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

Surrey Healthy Children and Families LLP

18 Mole Business Park, Randalls Road,

Leatherhead

KT22 7AD

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
Justification for not providing organisation identifier

Not on any register

The contractor/concessionaire is an SME

No

five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)

Total value of the procurement: £363,000,000


Section six. Complementary information

six.3) Additional information

The contracting authority wishes to modify the existing contract term to allow for an additional 12-month extension to Surrey Healthy Children and Families Limited Liability Partnership for a Surrey Children's Community Health Service contract under r.72(1)(b) of the Public Contracts Regulations 2015 on grounds that additional services are required where a change of contractor (i) cannot be made for economic or technical reasons; and (ii) would cause significant inconvenience or substantial duplication of cost..

This contract will maintain existing services to enable the current service delivery model to be appropriately reviewed over the following year.

In considering the timetable for publishing a notice to market for the re-procurement of children's community services, the contracting authorities has considered the current position that the Health Services is operating within.

The national requirement, detailed within the operational plan 2022/23 is for services to focus on the recovery efforts following the pandemic, to reduce the numbers of patients that have been waiting for significant time and have also been added to the waiting list during the pandemic whilst the focus was on the immediate response, coupled with a requirement to ensure the vaccination programme and response to the pandemic is sustained.

As a result of this service redesign is required across all sectors of healthcare to support the shift to reductions in hospital care and increased support in the community. Furthermore there is the requirement to redesign and increase the workforce to ensure sustainability and resilience and appropriate skills to deliver the changes required.

The impact of the national requirements is felt across all providers within healthcare, both NHS and Independent Sector, thus impacting both existing and potential providers within the market. The pandemic and the continuing waves of illness, demand and acuity driven by variants of the virus remain unpredictable but have an impact on continuing service delivery.

The contracting authorities are therefore of the opinion, that to undertake a procurement at this time would have a detrimental impact on both patient care and the workforce required to meet the 22/23 national requirements.

Furthermore, whilst transformational work to support a delivery model, has commenced and work been undertaken in line with the previous notice, due to the changing national requirements and prolonged impact of the pandemic, something that was not anticipated due to reductions in case numbers and hospitalisations, as responsible contracting authorities, further work is required to bring an opportunity to market that would enable potential bidders to be able to respond fully to the future delivery model with a clear understanding of the outcome requirements for the service.

Ensuring continuity of service and maintenance of existing relationships to support the recovery programme, is a key priority for the contracting authorities, furthermore a potential change of provider would further distract efforts from recovery due to the transition requirements relating to staff; via a TUPE process and the technological and IT infrastructure required to support the safe delivery of services.

six.4) Procedures for review

six.4.1) Review body

Surrey Heartlands ICB

Reigate

Country

United Kingdom


Section seven: Modifications to the contract/concession

seven.1) Description of the procurement after the modifications

seven.1.1) Main CPV code

  • 85100000 - Health services

seven.1.3) Place of performance

NUTS code
  • UKJ2 - Surrey, East and West Sussex

seven.1.4) Description of the procurement:

The contracting authorities have an existing contract with Surrey Healthy Children and Families Limited Liability Partnership to provide the Surrey Children's Community Health Service. The original contract commenced on 1st April 2017. This contract will be extended until 31st March 2024

The original contract was let on a like for like/lift and shift basis to bring the majority of children's community health services in Surrey under one umbrella, aimed at equity in provision as well as a more uniform approach to delivery.

As the system moves towards integration commissioners are keen to ensure that services connect with children and their families at home, within their communities and where appropriate at scale. This aligns to the development of ICB's and ICS's and local system ambitions to keep people well, support children earlier and keep them rooted in Surrey and local communities. Our vision for Children's Community Health Services is therefore - that they meet the needs of children, young people and their families at the earliest opportunity, through providing safe and effective support, advice and specialist delivery at home, within local communities and across the county's geographies.

seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Start date

1 April 2023

End date

31 March 2024

seven.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession:

£363,000,000

seven.1.7) Name and address of the contractor/concessionaire

Surrey Healthy Children and Families LLP

Leatherhead

KT22 7AD

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
Justification for not providing organisation identifier

Not on any register

The contractor/concessionaire is an SME

No

seven.2) Information about modifications

seven.2.1) Description of the modifications

Nature and extent of the modifications (with indication of possible earlier changes to the contract):

The contracting authority wishes to modify the existing contract term to allow for an additional 12-month extension to Surrey Healthy Children and Families Limited Liability Partnership for a Surrey Children's Community Health Service contract under r.72(1)(b) of the Public Contracts Regulations 2015 on grounds that additional services are required where a change of contractor (i) cannot be made for economic or technical reasons; and (ii) would cause significant inconvenience or substantial duplication of cost..

This contract will maintain existing services to enable the current service delivery model to be appropriately reviewed over the following year.

In considering the timetable for publishing a notice to market for the re-procurement of children's community services, the contracting authorities has considered the current position that the Health Services is operating within.

The national requirement, detailed within the operational plan 2022/23 is for services to focus on the recovery efforts following the pandemic, to reduce the numbers of patients that have been waiting for significant time and have also been added to the waiting list during the pandemic whilst the focus was on the immediate response, coupled with a requirement to ensure the vaccination programme and response to the pandemic is sustained.

As a result of this service redesign is required across all sectors of healthcare to support the shift to reductions in hospital care and increased support in the community. Furthermore there is the requirement to redesign and increase the workforce to ensure sustainability and resilience and appropriate skills to deliver the changes required.

The impact of the national requirements is felt across all providers within healthcare, both NHS and Independent Sector, thus impacting both existing and potential providers within the market. The pandemic and the continuing waves of illness, demand and acuity driven by variants of the virus remain unpredictable but have an impact on continuing service delivery.

The contracting authorities are therefore of the opinion, that to undertake a procurement at this time would have a detrimental impact on both patient care and the workforce required to meet the 22/23 national requirements.

Furthermore, whilst transformational work to support a delivery model, has commenced and work been undertaken in line with the previous notice, due to the changing national requirements and prolonged impact of the pandemic, something that was not anticipated due to reductions in case numbers and hospitalisations, as responsible contracting authorities, further work is required to bring an opportunity to market that would enable potential bidders to be able to respond fully to the future delivery model with a clear understanding of the outcome requirements for the service.

Ensuring continuity of service and maintenance of existing relationships to support the recovery programme, is a key priority for the contracting authorities, furthermore a potential change of provider would further distract efforts from recovery due to the transition requirements relating to staff; via a TUPE process and the technological and IT infrastructure required to support the safe delivery of services.

seven.2.2) Reasons for modification

Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee.

Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:

The contracting authority wishes to modify the existing contract term to allow for an additional 12-month extension to Surrey Healthy Children and Families Limited Liability Partnership for a Surrey Children's Community Health Service contract under r.72(1)(b) of the Public Contracts Regulations 2015 on grounds that additional services are required where a change of contractor (i) cannot be made for economic or technical reasons; and (ii) would cause significant inconvenience or substantial duplication of cost..

This contract will maintain existing services to enable the current service delivery model to be appropriately reviewed over the following year.

In considering the timetable for publishing a notice to market for the re-procurement of children's community services, the contracting authorities has considered the current position that the Health Services is operating within.

The national requirement, detailed within the operational plan 2022/23 is for services to focus on the recovery efforts following the pandemic, to reduce the numbers of patients that have been waiting for significant time and have also been added to the waiting list during the pandemic whilst the focus was on the immediate response, coupled with a requirement to ensure the vaccination programme and response to the pandemic is sustained.

As a result of this service redesign is required across all sectors of healthcare to support the shift to reductions in hospital care and increased support in the community. Furthermore there is the requirement to redesign and increase the workforce to ensure sustainability and resilience and appropriate skills to deliver the changes required.

The impact of the national requirements is felt across all providers within healthcare, both NHS and Independent Sector, thus impacting both existing and potential providers within the market. The pandemic and the continuing waves of illness, demand and acuity driven by variants of the virus remain unpredictable but have an impact on continuing service delivery.

The contracting authorities are therefore of the opinion, that to undertake a procurement at this time would have a detrimental impact on both patient care and the workforce required to meet the 22/23 national requirements.

Furthermore, whilst transformational work to support a delivery model, has commenced and work been undertaken in line with the previous notice, due to the changing national requirements and prolonged impact of the pandemic, something that was not anticipated due to reductions in case numbers and hospitalisations, as responsible contracting authorities, further work is required to bring an opportunity to market that would enable potential bidders to be able to respond fully to the future delivery model with a clear understanding of the outcome requirements for the service.

Ensuring continuity of service and maintenance of existing relationships to support the recovery programme, is a key priority for the contracting authorities, furthermore a potential change of provider would further distract efforts from recovery due to the transition requirements relating to staff; via a TUPE process and the technological and IT infrastructure required to support the safe delivery of services.

seven.2.3) Increase in price

Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)

Value excluding VAT: £153,034,657

Total contract value after the modifications

Value excluding VAT: £36,300,000