Section one: Contracting authority
one.1) Name and addresses
Sefton Council
Magdalen House, Trinity Road
Bootle
L20 3NJ
Contact
Ms Julia Hedo
Telephone
+44 1519342455
Country
United Kingdom
Region code
UKD7 - Merseyside
Internet address(es)
Main address
Buyer's address
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.