Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Brighton and Hove City Council
Hove Town Hall, Norton Road
Hove
BN3 3BQ
UK
Contact person: Jessica Smith
E-mail: jessica.smith@brighton-hove.gov.uk
NUTS: UKJ21
Internet address(es)
Main address: https://www.brighton-hove.gov.uk/procurement
Address of the buyer profile: https://www.brighton-hove.gov.uk/procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.sesharedservices.org.uk/esourcing
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.sesharedservices.org.uk/esourcing
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
BHCC JS Tier 2 Weight Management Service
Reference number: BHCC - 036040
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
Brighton and Hove City Council ('The Council') is seeking bids for the provision of a Tier 2 Weight Management Service
II.1.5) Estimated total value
Value excluding VAT:
2 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKJ21
Main site or place of performance:
II.2.4) Description of the procurement
Brighton and Hove City Council ('The Council') is seeking bids for the provision of a Tier 2 Weight Management ServiceThe service will form part of a larger weight management pathway known as the Local Obesity Pathway. The Local Obesity Pathway is a nationally recommended four tiered system, including: Tier 1 - Universical Community Interventions Tier 2 - Lifestyle Interventions Tier 3 Specialist Services and Tier 4 Surgical Intervention. The Local Obesity Pathway enables local authorities to map weight management services and identify gaps in service provision.Tier 2 Weight Management Services are typically aimed at individuals who have not been able to achieve a healthy weight through Tier 1 Weight Management Services, or who have a more complex weight management issue.Brighton and Hove City Council are seeking a provider that can design and deliver a high-quality evidence based Tier 2 service to Families, Children and Adults to improve Healthy Weight Outcomes in the City.The aim of the service will be to provide support to residents, who meet the criteria for support from a Tier 2 Weight Management Service, to achieve and maintain a healthy weight, improve their health outcomes and reduce the risk of obesity related health problems. The council are seeking a service that takes an integrative approach to preventing and managing obesity and its associated conditions. The council recognises the importance of a Tier 2 Weight Management service taking a Life course approach, and the service shall provide support at different points in the life course of Families, Children and Adults. The service will need to be delivered in a community-based setting and be accessible to individuals of all ages, backgrounds and abilities. The council recognises the importance of a whole systems approach to weight management and the successful bidder will be expected to work collaboratively with local stakeholders, such as primary and secondary care providers, school nursing teams, community groups and other existing weight management services under the Local Obesity Pathway. The service provider will need to work collabratively and closely with local stakeholders to ensure the service is designed and delivered in a way that meets the needs of the local population. Effective referral routes will be crucial to the success of this service, and the council will expect the provider to be integrative with existing pathways and services, and have a pro-active approach to partnership with local stakeholders, to ensure effective referral routes are established and in place. A description of the service required by the Council is set out in the ‘Schedule 2 – Specification'.This tender is to be completed electronically using the SE Shared Services Procurement eSourcing portal.https://www.sesharedservices.org.uk/esourcing/opportunitiesThe SE Shared Services eSourcing portal provides a web-based tool that provides a simple, secure and efficient means for managing tendering and quotation activities reducing the time and effort required for both buyers and Potential Bidders. The portal allows for tender clarifications and submitting your bid electronically. In order to bid for this opportunity, you will need to register your company on the SE Shared Services portal.-- Portal specific instructions:Providers that would like to take part in this tender process are invited to Express Interest upon which they will be given access to the full tender documentation delivery through this eTendering system. The tender documents can be accessed from the My Tenders area of this website and selecting the View Details button of this project.Please allow sufficient time to make your return as late returns will not be permitted.Any questions relating to this tender should be made via correspondence on the website and can be addressed to the main contact as shown in the details above.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
2 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
Optional extension period of 2 years
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
24/04/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
24/04/2023
Local time: 12:00
Place:
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.4) Procedures for review
VI.4.1) Review body
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
VI.5) Date of dispatch of this notice
24/03/2023