Contract award notice
Results of the procurement procedure
Section I: Contracting 
        entity
      
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.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Health
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') have Awarded the Contract for the provision of a Tier 2 Weight Management Service.
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
  II.1.7) Total value of the procurement
  Value excluding VAT: 
				2 000 000.00 
				  GBP
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    85000000
    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
    
                    Quality criterion: Quality
                    / Weighting: 60
    
                    Price
                    
                      / Weighting: 
                      40
    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 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.2.1) Previous publication concerning this procedure
  Notice number in the OJ S:
  2023/S 000-008732
  IV.2.9) Information about termination of call for competition in the form of a prior information notice
  The contracting authority will not award any further contracts based on the above prior information notice
 
Section V: Award of contract
          Title: BHCC Tier 2 Weight Management Service 
        A contract/lot is awarded:
        
        Yes
      
V.2 Award of contract
V.2.1) Date of conclusion of the contract
18/09/2023
V.2.2) Information about tenders
                Number of tenders received: 5
                Number of tenders received from SMEs: 4
                Number of tenders received from tenderers from EU Member States: 0
                Number of tenders received from tenderers from non-EU Member States: 5
                Number of tenders received by electronic means: 5
              The contract has been awarded to a group of economic operators:
              
        No
      
V.2.3) Name and address of the contractor
  Thrive Tribe Group Ltd.
  Thrive Tribe Ltd, Offices 41 & 42, Plexal - The Press Centre, Here East, 14 East Bay Lane
  London
  E20 3BS
  UK
  
            Telephone: +44 7956400759
  
            E-mail: tom.shirley@thrivetribe.org.uk
  
            NUTS: UKJ21
  Internet address(es)
  
              URL: www.thrivetribe.org.uk
  The contractor is an SME:
        Yes
      
 
                V.2.4) Information on value of the contract/lot (excluding VAT)
              
Initial estimated total value of the contract/lot: 
					
Total value of the contract/lot: 
					: 1 952 920.00 
					  GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
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
11/10/2023