Tender

BHCC JS Tier 2 Weight Management Service

  • Brighton and Hove City Council

F02: Contract notice

Notice identifier: 2023/S 000-008732

Procurement identifier (OCID): ocds-h6vhtk-03b60f

Published 24 March 2023, 4:53pm



Section one: Contracting authority

one.1) Name and addresses

Brighton and Hove City Council

Hove Town Hall, Norton Road

Hove

BN3 3BQ

Contact

Jessica Smith

Email

jessica.smith@brighton-hove.gov.uk

Country

United Kingdom

NUTS code

UKJ21 - Brighton and Hove

Internet address(es)

Main address

https://www.brighton-hove.gov.uk/procurement

Buyer's address

https://www.brighton-hove.gov.uk/procurement

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.sesharedservices.org.uk/esourcing

Tenders or requests to participate must be submitted to the above-mentioned address

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

BHCC JS Tier 2 Weight Management Service

Reference number

BHCC - 036040

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Brighton and Hove City Council ('The Council') is seeking bids for the provision of a Tier 2 Weight Management Service

two.1.5) Estimated total value

Value excluding VAT: £2,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ21 - Brighton and Hove

two.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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,000,000

two.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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

24 April 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

24 April 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

High Court

London

Country

United Kingdom