Contract

WSCC- Healthy Weight for Families (reprocurement)

  • West Sussex County Council

F03: Contract award notice

Notice identifier: 2024/S 000-035706

Procurement identifier (OCID): ocds-h6vhtk-04b3db

Published 4 November 2024, 5:12pm



Section one: Contracting authority

one.1) Name and addresses

West Sussex County Council

County Hall

Chichester

PO19 1RG

Contact

Daiga Allen

Email

bsdprocurement@westsussex.gov.uk

Country

United Kingdom

Region code

UKJ27 - West Sussex (South West)

Internet address(es)

Main address

https://www.westsussex.gov.uk

Buyer's address

https://www.westsussex.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

WSCC- Healthy Weight for Families (reprocurement)

Reference number

C18906

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

Re-procurement under HCA PSR using Direct Award C for the Tier 2 weight management programme for children from 5-19 and their families for West Sussex County Council.

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: £450,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKJ27 - West Sussex (South West)

two.2.4) Description of the procurement

The Authority intends to award a contract to an existing provider following Direct Award Process C under the Health and Care Act 2022 Provider Selection Regime (PSR).
Healthy Weight for Families (HWfF) is a countywide tier 2 weight management service for children aged between 5-16 years who are overweight or obese. The service offers a tailored programme of support based on a holistic assessment of need that aims to improve knowledge around food and nutrition, reduce sedentary behaviour and increase physical activity, and support around mental health and wellbeing.
The initial 12-week programme is delivered with the child and family in their home and/or other appropriate settings, such as schools and family hubs. This is tailored to meet the specific needs of the child and family. Following this, further support may be offered dependent upon the needs of the family.

two.2.5) Award criteria

Price

two.2.11) Information about options

Options: Yes

Description of options

The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard. Weighting 100.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) 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 12 midnight on 14/11/2024 via email .


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.

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

22 October 2024

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

START

PO Box 2273

Pulborough

RH20 6BG

Email

caroline@123start.co.uk

Country

United Kingdom

NUTS code
  • UKJ27 - West Sussex (South West)
Internet address

www.123start.co.uk

The contractor is an SME

Yes

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

Initial estimated total value of the contract/lot: £450,000

Lowest offer: £450,000 / Highest offer: £450,000 taken into consideration


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 12 midnight on 14/11/2024 via email to BSDProcurement@westsussex.gov.uk
This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.

Decision maker: WSCC Commercial Panel

No conflicts of interest were declared.

The existing supplier provides a satisfactory service in line with the specification which is checked regularly in accordance with West Sussex County Council’s Contract Management framework. They have a proven track record, and they are highly likely to be able to satisfy the new contract to a sufficient standard.
A statement explaining the award decision-makers’ reasons for selecting the chosen provider, with reference to the key criteria, is included below.

The decision to utilise Direct Award Process C has been taken following assessment of the provider against the key criteria outlined in the regulations. A summary of the findings is provided below.

1. Quality and Innovation
The provider is delivering a good quality service that follows NICE guidance relating to weight management programmes. Delivery against key performance indicators is good. There are examples of innovation during the current contract term through the bespoke interventions offered to each family and in their partnership working with external agencies.

2. Value
Despite service demand increases during the lifetime of the current contract, the provider has continued to deliver within the original contract value and maintained high standards of performance, exceeding most of their KPIs. There are examples of the programme delivering additional value for the Council in terms of wider outcomes for children and their families and the savings these generate for other services.

3. Integration, collaboration and service sustainability
The provider has demonstrated a commitment to maintain good relationships with key stakeholders and continues to develop effective collaboration across the weight management pathway in West Sussex. Additionally, the provider continues to effectively manage service delivery and performance despite increasing demand and other challenges during the lifetime of the current contract.

4. Improving access, reducing health inequalities and facilitating choice
The provider delivers the HWfF programme with a stable and dedicated team who work across West Sussex to deliver choice-based blended support, through a mix of face-to-face and virtual sessions. The provider focuses much of their support on vulnerable families from areas of deprivation with the aim of reducing health inequalities and building long-term positive healthy choices.

5. Social value
The provider is locally based, and the employees are West Sussex residents who are committed to supporting the local community. As part of the core outcome to increase exercise, the provider promotes alternative green methods of travel thus reducing the use of cars and encouraging families to reduce their single use of car journeys.

six.4) Procedures for review

six.4.1) Review body

Cabinet Office - Public Procurement Review Service

1 Horse Guards Road

London

SW1A 2HQ

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/cabinet-office

six.4.2) Body responsible for mediation procedures

Cabinet Office - Public Procurement Review Service

1 Horse Guards Road

London

SW1A 2HQ

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/cabinet-office

six.4.4) Service from which information about the review procedure may be obtained

West Sussex County Council

County Hall

Chichester

PO19 1RG

Email

lucy.kelly@westsussex.gov.uk

Country

United Kingdom

Internet address

https://www.westsussex.gov.uk