Tender

Sefton Integrated Wellness Service “Living Well Sefton – Community”

  • Sefton Council

F02: Contract notice

Notice identifier: 2023/S 000-027819

Procurement identifier (OCID): ocds-h6vhtk-040269

Published 20 September 2023, 4:12pm



Section one: Contracting authority

one.1) Name and addresses

Sefton Council

Magdalen House, Trinity Road

Bootle

L20 3NJ

Contact

Ms Julia Hedo

Email

julia.hedo@sefton.gov.uk

Telephone

+44 1519342455

Country

United Kingdom

Region code

UKD7 - Merseyside

Internet address(es)

Main address

http://www.sefton.gov.uk/

Buyer's address

http://www.sefton.gov.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Advert/Index?advertId=e3ee7392-3a4b-ee11-8124-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=e3ee7392-3a4b-ee11-8124-005056b64545

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

Sefton Integrated Wellness Service “Living Well Sefton – Community”

Reference number

DN686628

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Sefton Public Health aims to protect and improve the health of Sefton’s residents, reducing preventable diseases and the differences in life expectancy and healthy life expectancy between communities. The programme aims to tackle inequality by harnessing targeting support and interventions for our most disadvantaged communities and vulnerable groups and includes those with mental health problems, heart disease, lung cancer, liver disease and other cancers which are the main causes of deaths in the most deprived communities in Sefton.

To address the health needs and health inequalities within the borough the ‘Living Well Sefton – Community’ (LWS) commission will need to be continually responsive to the day-to-day challenges that people face and which are often a barrier to them achieving positive behaviour change. It is intended that the LWS – Community will support people to maximise health opportunities by addressing the wider social determinants of health and multiple lifestyle behaviours. The aim is to reduce the levels of preventable disease and future reliance on health and social care and for the people of Sefton to have a good quality of life for as long as possible.

The first phase of the LWS Community was commissioned in July 2016 as Sefton Council looked to contract with a provider/s to develop and operate a flexible, innovative, and integrated health improvement service that focused on prevention and early intervention. The service is now in its seventh year of operation and is comprised of three elements. This LWS - Community element is a key part of the wider LWS service, which also includes two additional specialist areas: Smoke free Sefton and Active Sefton . These are commissioned separately .

This procurement is intended to build on the successes of the existing LWS – Community offer, harnessing excellent practice and prioritising activity aligned to early intervention and prevention in communities and responding to local need. This will be done by commissioning a lead provider who will develop, implement, and manage an agreed delivery model through a series of subcontract arrangements with but not limited to VCF community providers.

This contract will commence 1st April 2024 and run for a core period of three years, with two one-year extension options.

This procurement is being undertaken in accordance with section 7 of the Public Contracts Regulations 2015, also known as the "Light Touch" regime under the EU Procurement Directives.

The Council’s maximum budget for this contract is £1,000,000 per annum.

The price agreed for the contract is subject to the ongoing availability of sufficient funding. In the event that during the contract period the Local Authority does not have sufficient funds to cover the price of the contract the Contractor will develop and agree a contract variation with the Commissioner such that the contract price remains within the funding available. In the event that agreement cannot be reached the dispute resolution procedure set out within the contract will be followed.

two.1.5) Estimated total value

Value excluding VAT: £5,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UKD7 - Merseyside

two.2.4) Description of the procurement

Sefton Public Health aims to protect and improve the health of Sefton’s residents, reducing preventable diseases and the differences in life expectancy and healthy life expectancy between communities. The programme aims to tackle inequality by harnessing targeting support and interventions for our most disadvantaged communities and vulnerable groups and includes those with mental health problems, heart disease, lung cancer, liver disease and other cancers which are the main causes of deaths in the most deprived communities in Sefton.

To address the health needs and health inequalities within the borough the ‘Living Well Sefton – Community’ (LWS) commission will need to be continually responsive to the day-to-day challenges that people face and which are often a barrier to them achieving positive behaviour change. It is intended that the LWS – Community will support people to maximise health opportunities by addressing the wider social determinants of health and multiple lifestyle behaviours. The aim is to reduce the levels of preventable disease and future reliance on health and social care and for the people of Sefton to have a good quality of life for as long as possible.

The first phase of the LWS Community was commissioned in July 2016 as Sefton Council looked to contract with a provider/s to develop and operate a flexible, innovative, and integrated health improvement service that focused on prevention and early intervention. The service is now in its seventh year of operation and is comprised of three elements. This LWS - Community element is a key part of the wider LWS service, which also includes two additional specialist areas: Smoke free Sefton and Active Sefton . These are commissioned separately .

This procurement is intended to build on the successes of the existing LWS – Community offer, harnessing excellent practice and prioritising activity aligned to early intervention and prevention in communities and responding to local need. This will be done by commissioning a lead provider who will develop, implement, and manage an agreed delivery model through a series of subcontract arrangements with but not limited to VCF community providers.

This contract will commence 1st April 2024 and run for a core period of three years, with two one-year extension options.

This procurement is being undertaken in accordance with section 7 of the Public Contracts Regulations 2015, also known as the "Light Touch" regime under the EU Procurement Directives.

The Council’s maximum budget for this contract is £1,000,000 per annum.

The price agreed for the contract is subject to the ongoing availability of sufficient funding. In the event that during the contract period the Local Authority does not have sufficient funds to cover the price of the contract the Contractor will develop and agree a contract variation with the Commissioner such that the contract price remains within the funding available. In the event that agreement cannot be reached the dispute resolution procedure set out within the contract will be followed.

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: £5,000,000

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

The contract will be for a core period of 36 months (1st April 2024 - 31st March 2027) with two 12-month extension options, therefore 60 months in total.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract will be for a core period of 36 months (1st April 2024 - 31st March 2027) with two 12-month extension options, therefore 60 months in total.

A new tender process will be initiated around nine months before the end of the contract, including extensions if these have been taken.

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

Please note the estimated value of £5,000,000 is for the total duration of the contract including extensions (60 months). The Council’s maximum budget for this contract is £1,000,000 per annum.

The tender documents are available on The Chest (www.the-chest.org.uk) under reference DN686628


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: Yes

four.2) Administrative information

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

Date

23 October 2023

Local time

12:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

23 October 2023

Local time

12:00pm

Place

The Chest (www.the-chest.org.uk)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: The contract will be for a core period of 36 months (1st April 2024 - 31st March 2027) with two 12-month extension options, therefore 60 months in total. A new tender process will be initiated around nine months before the end of the contract, including extensions if these have been taken.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Review procedures are as set out in the Public Contracts Regulations 2015

Proceedings under Public Contract Regulations 2015 are time limited and any such proceedings must be brought in the High Court of England and Wales.