Award

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

DERBY CITY COUNCIL

This public procurement record has 1 release in its history.

Award

09 Dec 2022 at 11:21

Summary of the contracting process

The Derby City Council has recently awarded a contract for the provision of Public Health Healthy Child Programme - 0-19 Public Health Nursing services. The contract is valued at 39999450GBP over 5 years. The procurement method used was limited, specifically negotiated without publication of a contract notice due to technical reasons and extreme urgency. The contracting authority identified the current economic operator as the only viable provider due to significant embedded service provision, cost implications, and data transfer complexities. The service is essential for achieving statutory requirements and providing stability in the local health economy post-pandemic.

This awarded tender offers opportunities for businesses in the healthcare services sector, particularly those with expertise in community health services and child health programmes. Businesses capable of delivering a wide range of services including health visiting, school nursing, substance misuse support, and obesity management may find this contract suitable. Given the significant cost and operational considerations associated with tendering, established providers with experience in similar service delivery models are well-placed to compete effectively to fulfil the requirements outlined in the contract.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

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

Notice 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

Lot Information

Lot 1

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.

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

Procurement 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 * 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-038c2c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/034902-2022
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Negotiated without publication of a contract notice
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85323000 - Community health services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£39,999,450 £10M-£100M

Notice Dates

Publication Date
9 Dec 20223 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
2 Dec 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
DERBY CITY COUNCIL
Contact Name
Linda Spiby
Contact Email
procurement@derby.gov.uk
Contact Phone
+44 1332643274

Buyer Location

Locality
DERBY
Postcode
DE1 2FS
Post Town
Derby
Country
England

Major Region (ITL 1)
TLF East Midlands (England)
Basic Region (ITL 2)
TLF1 Derbyshire and Nottinghamshire
Small Region (ITL 3)
TLF11 Derby
Delivery Location
TLF11 Derby

Local Authority
Derby
Electoral Ward
Darley
Westminster Constituency
Derby South

Supplier Information

Number of Suppliers
1
Supplier Name

DERBYSHIRE HEALTHCARE NHS FOUNDATION TRUST

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-038c2c-2022-12-09T11:21:01Z",
    "date": "2022-12-09T11:21:01Z",
    "ocid": "ocds-h6vhtk-038c2c",
    "description": "The Council will observe a 10 day standstill period from the publication of this notice",
    "initiationType": "tender",
    "tender": {
        "id": "TD1957",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Public Health Healthy Child Programme - 0-19 Public Health Nursing",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "85323000",
            "description": "Community health services"
        },
        "mainProcurementCategory": "services",
        "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",
        "lots": [
            {
                "id": "1",
                "description": "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.",
                "hasOptions": true,
                "options": {
                    "description": "further 2 x 12 month extensions to a maximum contract period of 5 years"
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKF11"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Negotiated without publication of a contract notice",
        "coveredBy": [
            "GPA"
        ],
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_TECHNICAL",
                "description": "The works, supplies or services can be provided only by a particular economic operator due to absence of competition for technical reasons"
            },
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_EXTREME_URGENCY",
                "description": "Extreme urgency brought about by events unforeseeable for the contracting authority/entity and in accordance with the strict conditions stated in the directive"
            },
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_REPETITION_EXISTING",
                "description": "New works/services, constituting a repetition of existing works/services and ordered in accordance with the strict conditions stated in the directive"
            }
        ],
        "procurementMethodRationale": "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."
    },
    "awards": [
        {
            "id": "034902-2022-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-70422",
                    "name": "Derbyshire Healthcare NHS Foundation Trust"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-853",
            "name": "Derby City Council",
            "identifier": {
                "legalName": "Derby City Council",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "Corporation Street",
                "locality": "Derby",
                "region": "UKF11",
                "postalCode": "DE12FS",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Linda Spiby",
                "telephone": "+44 1332643274",
                "email": "procurement@derby.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.derby.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-70422",
            "name": "Derbyshire Healthcare NHS Foundation Trust",
            "identifier": {
                "legalName": "Derbyshire Healthcare NHS Foundation Trust",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "Trust Headquarters, Kingsway Hospital,",
                "locality": "Derby, Derbyshire",
                "region": "UKF1",
                "postalCode": "DE22 3LZ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-70419",
            "name": "Derby City Council",
            "identifier": {
                "legalName": "Derby City Council"
            },
            "address": {
                "streetAddress": "Council House",
                "locality": "Derby",
                "postalCode": "DE1 2FS",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-853",
        "name": "Derby City Council"
    },
    "contracts": [
        {
            "id": "034902-2022-1",
            "awardID": "034902-2022-1",
            "status": "active",
            "value": {
                "amount": 39999450,
                "currency": "GBP"
            },
            "dateSigned": "2022-12-02T00:00:00Z"
        }
    ],
    "language": "en"
}