Award

Public Health Healthy Child Programme - 0-19 Public Health Nursing

  • Derby City Council

F15: Voluntary ex ante transparency notice

Notice identifier: 2022/S 000-034902

Procurement identifier (OCID): ocds-h6vhtk-038c2c

Published 9 December 2022, 11:21am



Section one: Contracting authority/entity

one.1) Name and addresses

Derby City Council

Corporation Street

Derby

DE12FS

Contact

Linda Spiby

Email

procurement@derby.gov.uk

Telephone

+44 1332643274

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

Public Health Healthy Child Programme - 0-19 Public Health Nursing

Reference number

TD1957

two.1.2) Main CPV code

  • 85323000 - Community health services

two.1.3) Type of contract

Services

two.1.4) Short description

Provision of Public Health Healthy Child Programme - 0-19 Public Health Nursing service.

The Council intends to enter into an agreement to provide the Public Health Healthy Child Programme - 0-19 Public Health Nursing for the period of 3 years with option to extend for 2 years subject to performance and budgetary approval.

7999890GBP per annum, Total 39999450GBP over 5 years

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: £39,999,450

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKF11 - Derby

two.2.4) Description of the procurement

These services contribute to improving child health and wellbeing through early identification of issues by offering support across their level of identified need.

These services contribute to the Drug strategy - achieving a generational shift in the demand for drugs.

Service comprises of: Health visiting (statutory ante-natal and post-natal visits up to the child's age of 3); Specialist health visiting (asylum seeking and teenage pregnancies). School nursing - prevention in general schools and tackling risky behaviour (self-harm, etc). Young Person's substance misuse up to age 21 and 25 where there is a SEND case; Linkages across maternity and midwifery; Enhancing Family success (violence prevention programme); National child weight management programme; Child obesity strategy delivery; Vision screening and Oral health programmes; Delivery of the national healthy child and best start in life programmes.

two.2.11) Information about options

Options: Yes

Description of options

further 2 x 12 month extensions to a maximum contract period of 5 years


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
  • Extreme urgency brought about by events unforeseeable for the contracting authority
  • New works/services, constituting a repetition of existing works/services

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

• Extreme urgency brought about by events unforeseeable for the contracting authority

• 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 current economic operator is well established within the city - there are considerable economies of scale and service provision is embedded within schools, housing centres, primary and secondary health services, the local authority and the integrated care system. It would be unfeasible to re tender and/or disaggregate contract elements - cost would be too great.

• The service requires, multiple premises within Derby to operate from, that include specialised clinical rooms and have sufficient capacity to allow for 1:1 counselling sessions and group activities simultaneously

• These premises must also include staff offices and secure reception areas

• Clinical equipment, office equipment, security equipment, clinical 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

• The current economic operator holds personal and sensitive data on service users which will need to be transferred to a new economic operator and transferred again at the end of the contract, increasing the risk of loss or breach of data

• Under TUPE legislation the current economic operator's staff are entitled to transfer to the new economic operator

Cost of change is therefore prohibitive for new providers.

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

• Delays in establishing the Provider Selection Regime (PSR) after the establishment of Integrated Care Boards - all stakeholders expected PSR to have been established mid 2022 therefore not expecting a tender

This service is a statutory requirement of the council therefore service provision must be maintained, a new contract can be put in place - a gap in service provision would break the law

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 the 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

2 December 2022

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

Derbyshire Healthcare NHS Foundation Trust

Trust Headquarters, Kingsway Hospital,

Derby, Derbyshire

DE22 3LZ

Country

United Kingdom

NUTS code
  • UKF1 - Derbyshire and Nottinghamshire
Justification for not providing organisation identifier

Not on any register

The contractor/concessionaire is an SME

No

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

Total value of the contract/lot/concession: £39,999,450


Section six. Complementary information

six.3) Additional information

The Council will observe a 10 day standstill period from the publication of this notice

six.4) Procedures for review

six.4.1) Review body

Derby City Council

Council House

Derby

DE1 2FS

Country

United Kingdom