Contract

B&NES Wellness Service

  • Bath and North East Somerset Council

F03: Contract award notice

Notice identifier: 2024/S 000-038966

Procurement identifier (OCID): ocds-h6vhtk-0459bf

Published 3 December 2024, 4:36pm



Section one: Contracting authority

one.1) Name and addresses

Bath and North East Somerset Council

Guildhall, High Street

Bath

BA1 5AW

Contact

Ms Cathy McMahon

Email

Cathy_McMahon@bathnes.gov.uk

Country

United Kingdom

Region code

UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire

Internet address(es)

Main address

http://www.bathnes.gov.uk

Buyer's address

http://www.bathnes.gov.uk

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

B&NES Wellness Service

Reference number

DN722224

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

B&NES Council Public Health and Specialist Commissioning teams have jointly commissioned an integrated Wellness Service for B&NES since 2017. Since March 2020 the Wellness Service has also delivered the single point of access triage function for the B&NES Community Wellbeing Hub. The Community Wellbeing Hub is a co-ordinated local response to wider preventative and social support services. The Wellness Service has benefited from significant learning since 2017, including the importance of taking services out to communities, and the need to adapt service delivery and design in response to a changing environment. It has benefited from co-location and joint working with health and social care services and the voluntary sector to reach out to vulnerable groups and ensure a joined-up pathway of support.

Our vision now is to build on this experience and, strengthen key elements of the Wellness Service including its universal prevention and self-care offer, workforce skills and capacity building, and to enhance the community engagement and development function to increase co-design and co-production of health improvement services.

The Wellness Service will have a particular focus on addressing health inequalities locally, through system workforce capacity building, targeted support to individuals and working directly with communities to design and deliver sustainable programmes and services with a focus on food, physical activity and emotional wellbeing.

The Wellness Service will also deliver individual support to improve health through a health coach model, supporting people to focus on what matters to them, as well as delivering specific interventions including NHS/CVD Health Checks and support to increase physical activity, quit smoking, reduce alcohol consumption and improve emotional health and wellbeing.

This is a services Contract. This procurement process will apply the flexibilities afforded under Competitive Process as defined within the Health Care Services (Provider Selection Regime) Regulations 2023.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £7,800,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire

two.2.4) Description of the procurement

B&NES Council Public Health and Specialist Commissioning teams have jointly commissioned an integrated Wellness Service for B&NES since 2017. Since March 2020 the Wellness Service has also delivered the single point of access triage function for the B&NES Community Wellbeing Hub. The Community Wellbeing Hub is a co-ordinated local response to wider preventative and social support services. The Wellness Service has benefited from significant learning since 2017, including the importance of taking services out to communities, and the need to adapt service delivery and design in response to a changing environment. It has benefited from co-location and joint working with health and social care services and the voluntary sector to reach out to vulnerable groups and ensure a joined-up pathway of support.

Our vision now is to build on this experience and, strengthen key elements of the Wellness Service including its universal prevention and self-care offer, workforce skills and capacity building, and to enhance the community engagement and development function to increase co-design and co-production of health improvement services.

The Wellness Service will have a particular focus on addressing health inequalities locally, through system workforce capacity building, targeted support to individuals and working directly with communities to design and deliver sustainable programmes and services with a focus on food, physical activity and emotional wellbeing.

The Wellness Service will also deliver individual support to improve health through a health coach model, supporting people to focus on what matters to them, as well as delivering specific interventions including NHS/CVD Health Checks and support to increase physical activity, quit smoking, reduce alcohol consumption and improve emotional health and wellbeing.

This is a services Contract. This procurement process will apply the flexibilities afforded under Competitive Process as defined within the Health Care Services (Provider Selection Regime) Regulations 2023.

This notice is an intention to award a contract under the competitive process.

The approximate lifetime value of the contract if fully extended is £6,396,726. There is also the possibility of additional grant funding being made available during the life of this contract which could increase the contract value as per II.1.7 above.

There is an existing Wellness Service however this contract is for a revised service model.

The intention is to award to a new provider.

This contract will commence on 1/4/25 and expire, if no extensions taken, on 31/3/29. The initial contract period will be four years with an optional two-year extension thereafter. Maximum possible contract duration is therefore six years.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 92.5

Price - Weighting: 7.5

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

two.2.14) Additional information

The contract award criteria are specified 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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-025490


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

2 December 2024

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 6

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Everyone Health Limited

3 Watling Drive, Sketchley Meadows

Hinckley

LE10 3EY

Country

United Kingdom

NUTS code
  • UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £6,396,726


Section six. Complementary information

six.3) Additional information

This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by midnight on 13th December 2024. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.

Representations must be made in writing via the ProContract e-tending portal which can be accessed via www.supplyingthesouthwest.org.uk.

The award decision maker for this procurement process was Rebecca Reynolds - Director of Public Health.

There were no conflicts or potential conflicts of interest raised in relation to this procurement.

The key criteria used for this procurement is as follows:

1.Quality and Innovation 40%

2. Improving access, reducing inequalities and facilitating choice 20%

3. Integration, collaboration and sustainability 15%

4. Value 15%

5. Health Inequalities 5%

6.Social Value 5%

All bids were assessed against the above criteria by a tender evaluation panel. The chosen provider scored highest following this evaluation so a recommendation was made to the key decision maker, Rebecca Reynolds to proceed with an intention to award to this provider. This recommendation has been approved.

six.4) Procedures for review

six.4.1) Review body

Independent patient choice and procurement panel

Redditch

Country

United Kingdom