Tender

Gloucestershire Healthy Lifestyle Tier 2 Weight Management Pilot Programme

  • ICE Creates Limited

F02: Contract notice

Notice identifier: 2021/S 000-030068

Procurement identifier (OCID): ocds-h6vhtk-02fcea

Published 3 December 2021, 12:15pm



Section one: Contracting authority

one.1) Name and addresses

ICE Creates Limited

Clear View , 2-3 Abbots Quay, Monks Ferry

Wirral

CH41 5LH

Contact

Sarah Jackson

Email

tenders@icecreates.com

Telephone

+44 1516474700

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.icecreates.com

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA42880

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Gloucestershire Healthy Lifestyle Tier 2 Weight Management Pilot Programme

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

Gloucestershire has well established tier 2 weight management services. These are all currently commissioned by ICE Creates Ltd. as part of the wider Healthy Lifestyles Service (HLS) offer in the county. These include:

- Slimming World groups – 12-week programme

- Digital offer provided by WW – 16-week programme

- One to one coaching support provided by HLS – typically 12-week programme

The service resulting from this commission will form the basis of a new tier 2 service offer to adults within the care pathway. In addition, existing clinical based tier 3 specialist multidisciplinary service and tier 4 surgical interventions are available to all adults meeting the necessary eligibility criteria.

two.1.5) Estimated total value

Value excluding VAT: £70,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
  • UKK13 - Gloucestershire

two.2.4) Description of the procurement

Gloucestershire has well established tier 2 weight management services. These are all currently commissioned by ICE Creates Ltd. as part of the wider Healthy Lifestyles Service (HLS) offer in the county. These include:

- Slimming World groups – 12-week programme

- Digital offer provided by WW – 16-week programme

- One to one coaching support provided by HLS – typically 12-week programme

The service resulting from this commission will form the basis of a new tier 2 service offer to adults within the care pathway. In addition, existing clinical based tier 3 specialist multidisciplinary service and tier 4 surgical interventions are available to all adults meeting the necessary eligibility criteria.

two.2.5) Award criteria

Quality criterion - Name: Quality of proposed delivery against the specification / Weighting: 50

Quality criterion - Name: Experience - previous experience / Weighting: 20

Quality criterion - Name: Social Value / Weighting: 10

Cost criterion - Name: Costs / Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £70,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

11 January 2022

End date

31 December 2022

This contract is subject to renewal

No

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

List and brief description of selection criteria

- Applicants comply with the regulatory requirement to the filing of statutory accounts

- Applicants statutory accounts (if applicable) have received a ‘clean’ audit opinion or, where the audit opinion is qualified, suitable, appropriate and timely action has been taken to deal with the issues raised

- The financial aspects of Applicants organisations (including but not limited to the payment of creditors) are properly managed

- Applicants’ organisations are financially sustainable, including adequate liquidity, profitability, balance sheet strength and cash flow

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: Yes

four.2) Administrative information

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

Date

17 December 2021

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: 2 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

20 December 2021

Local time

9:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=224698.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:224698)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit