Award

The provision of Public Health Services: Child Weight Management Services and Active Choices (Substance misuse recovery service)

  • DERBY CITY COUNCIL

F15: Voluntary ex ante transparency notice

Notice identifier: 2024/S 000-024800

Procurement identifier (OCID): ocds-h6vhtk-048859

Published 7 August 2024, 10:35am



Section one: Contracting authority/entity

one.1) Name and addresses

DERBY CITY COUNCIL

Corporation Street

Derby

DE1 2FS

Contact

Paul Hallsworth

Email

procurement@derby.gov.uk

Telephone

+44 1332640768

Country

United Kingdom

Region code

UKF11 - Derby

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.derby.gov.uk

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

The provision of Public Health Services: Child Weight Management Services and Active Choices (Substance misuse recovery service)

Reference number

W393

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Child Weight Management services

This service helps children and their families to manage weight by improving fitness, nutrition, and self-esteem. The service targets children identified through the national child measurement programme (NCMP) as being overweight or obese. NCMP is a statutory programme.

Substance misuse recovery support (Active Choices)

The service supports individuals with getting more active and maintaining routine as they recover from substance misuse. It also provides sustainable exit routes from drug and alcohol treatment, builds the recovery community and peer support networks.

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: £2,150,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKF11 - Derby

two.2.4) Description of the procurement

Child Weight Management Service:

The aim of the service is to provide a family-centred, evidence-based, community service that will support children to achieve a healthy weight through promoting healthy lifestyles, with a particular focus on healthy eating, physical activity, and emotional health. The service will deliver a flexible, multi-component service which meets the latest NICE guidance on the prevention, identification, assessment, and management of overweight and obesity in children.

This supply contributes to:

• The duty to improve public health and address inequalities (steps considered appropriate for improving the health of the people in its area) (Health & Social Care Act 2012, s.12).

• Delivery against Joined Up Care Derbyshire and the Health and Wellbeing Boards objectives in respect of Starting and Living Well.

In addition, the service will contribute to the Strategic Healthy Weight partnership priorities to:

• Develop clear pathways and signposting to enable children who are already overweight or obese to access joined-up and long-term support. This includes ensuring that there are robust systems in place to identify children who are overweight or obese and a commissioned service is available which provides effective support, in a multidisciplinary approach, to children and families.

• Develop preventative approaches for current and future generations and a whole systems approach to obesity which coordinates existing efforts, reveals gaps in provision and supports the efficient use of limited resources.

The service will aim to:

• Increase the percentage of children achieving at least a 3% BMI reduction in weight.

• Increase the number of children with BMI>85 centile joining the child weight management programme.

• Address the Government s, national ambition to halve childhood obesity and significantly reduce the gap in obesity between children from the most and least deprived areas by 2030. The government published its policy paper, Tackling obesity: empowering adults and children to live healthier lives in July 2020.

Substance Misuse Recovery Service:

This service seeks to break the cycle of drug use and drug related offending - diverting individuals away from harmful historic behaviour in a way that is sensitive to prior trauma and childhood adversity. The service supports adults to become more active, and to maintain a daily routine as they recover from substance misuse. It also provides sustainable exit routes for participants.

This supply contributes to:

• Statutory service delivery in line with the conditions of Public Health Grant allocation in respect of substance misuse (section 31(4) of the Local Government Act 2003).

• Break drug supply chains (Home Office and Ministry of Justice) - target organised crime at an international, national and local policing level

• Deliver a world class treatment and recovery system (Department for Levelling Up, Housing and Communities) - with treatment being commissioned from a range of providers by local authority public health teams.

• Achieve a generational shift in demand for drugs - wider ranging interdepartmental approaches to early intervention, education, prevention and research.

• Delivery against Joined Up Care Derbyshire and the Health and Wellbeing Boards objectives in respect of reducing alcohol related harm.

In addition, the service will contribute to the substance misuse partnership priorities of:

• Reducing drug and alcohol related deaths

• Increasing the number of people recovering from addiction.

The service will also aim to:

• Reduce the level of harm caused to individuals, families, and the wider community as a result of drug misuse.

• Improve the physical and mental health of complex substance misusing clients and work to address inequalities for priority vulnerable groups including women, underserved ethnic groups and those experiencing homelessness.

• Address the ambitions of the Supplemental Substance Misuse Grant and the Rough Sleeper Drug and Alcohol Treatment Grant 22-25 and any subsequent funding objectives.

two.2.11) Information about options

Options: Yes

Description of options

3 year contract with the option to extend for a further two years in annual instalments

two.2.14) Additional information

The Council will observe a 10 day standstill period from the publication of this notice commencing 08/08/2024 and ending at midnight on Monday 19/08/2024.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated without a prior call for competition

  • The works, supplies or services can be provided only by a particular economic operator for the following reason:
    • absence of competition for technical reasons

Explanation:

Negotiated without a prior call for competition.

• The works, supplies or services can be provided only by a particular economic operator for the following reason:

o Cost of change is prohibitive for new providers.

• New works/services, constituting a repetition of existing works/services.

Explanation:

We are awarding the contract without prior publication under paragraphs 2(b)(ii), 2(c) and 9 of Article 32 of Directive2014/24/EU.

The technical reason (2(b)(ii)) is that there will be significant cost and inconvenience to the Authority and economic operators associated with tendering for the following reasons:

• The services require significant logistics, supplies already in the community at contract handover will need to be replaced and this will occur again at the end of the contract period, causing inconvenience to service users and additional cost for the Council and economic operators.

• Cost of retraining staff in the areas of child weight management and substance misuse.

• The supply requires strong relationships with key partners to be effective. These would need to be re-established with a new provider.

• Familiarising service users with a new service - potential increase in harm with reduced uptake.

• Disruption to the current markets - schools and treatment services are going through significant periods of change, this would add to their workload and damage provider, service user and commissioner relationships.

Cost of change is therefore prohibitive for new providers.

The urgency(2(c)) has been brought about as a result of:

• Procurement do not have capacity to support a procurement process.

• Public Health do not have capacity to support full commissioning and procurement process.

In accordance with paragraph 9 of Article 32 of Directive 2014/24/EU the new contract will provide identical services to those being delivered by the economic operator under their current contract, which was procured in accordance with Article 26 of Directive 2014/24/EU.

The service provider forms part of the local integrated care system and thereby being part of the local health economy that needs stability after the recent turmoil of the pandemic, changes to legislation and ongoing economic crisis. Therefore, direct award also prevents further instability in the market

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section five. Award of contract/concession

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

7 August 2024

five.2.2) Information about tenders

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

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

Derby County Community Trust

Derby

Country

United Kingdom

NUTS code
  • UKF11 - Derby
Charity Commission (England and Wales)

Charity Number is 1123520 Company Registration Number is 06498920

The contractor/concessionaire is an SME

Yes

five.2.4) Information on value of contract/lot/concession (excluding VAT)

Initial estimated total value of the contract/lot/concession: £2,150,000

Total value of the contract/lot/concession: £2,150,000


Section six. Complementary information

six.3) Additional information

Negotiated without a prior call for competition.

• The works, supplies or services can be provided only by a particular economic operator for the following reason:

o Cost of change is prohibitive for new providers.

• New works/services, constituting a repetition of existing works/services.

Explanation:

We are awarding the contract without prior publication under paragraphs 2(b)(ii), 2(c) and 9 of Article 32 of Directive2014/24/EU.

The technical reason (2(b)(ii)) is that there will be significant cost and inconvenience to the Authority and economic operators associated with tendering for the following reasons:

• The services require significant logistics, supplies already in the community at contract handover will need to be replaced and this will occur again at the end of the contract period, causing inconvenience to service users and additional cost for the Council and economic operators.

• Cost of retraining staff in the areas of child weight management and substance misuse.

• The supply requires strong relationships with key partners to be effective. These would need to be re-established with a new provider.

• Familiarising service users with a new service - potential increase in harm with reduced uptake.

• Disruption to the current markets - schools and treatment services are going through significant periods of change, this would add to their workload and damage provider, service user and commissioner relationships.

Cost of change is therefore prohibitive for new providers.

The urgency(2(c)) has been brought about as a result of:

• Procurement do not have capacity to support a procurement process.

• Public Health do not have capacity to support full commissioning and procurement process.

In accordance with paragraph 9 of Article 32 of Directive 2014/24/EU the new contract will provide identical services to those being delivered by the economic operator under their current contract, which was procured in accordance with Article 26 of Directive 2014/24/EU.

The service provider forms part of the local integrated care system and thereby being part of the local health economy that needs stability after the recent turmoil of the pandemic, changes to legislation and ongoing economic crisis. Therefore, direct award also prevents further instability in the market

six.4) Procedures for review

six.4.1) Review body

Derby City Council

Derby

DE1 2FS

Country

United Kingdom