Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Brighton and Hove City Council
Hove Town Hall, Norton Road
Hove
BN3 3BQ
UK
Person cyswllt: Jessica Smith
E-bost: jessica.smith@brighton-hove.gov.uk
NUTS: UKJ21
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.brighton-hove.gov.uk/procurement
Cyfeiriad proffil y prynwr: https://www.brighton-hove.gov.uk/procurement
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://www.sesharedservices.org.uk/esourcing
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.sesharedservices.org.uk/esourcing
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
BHCC JS Tier 2 Weight Management Service
Cyfeirnod: BHCC - 036040
II.1.2) Prif god CPV
85000000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
Brighton and Hove City Council ('The Council') is seeking bids for the provision of a Tier 2 Weight Management Service
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 2 000 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.3) Man cyflawni
Cod NUTS:
UKJ21
Prif safle neu fan cyflawni:
II.2.4) Disgrifiad o’r caffaeliad
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.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 2 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 60
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
Optional extension period of 2 years
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
III.1.2) Statws economaidd ac ariannol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Na
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
24/04/2023
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
24/04/2023
Amser lleol: 12:00
Place:
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
VI.5) Dyddiad anfon yr hysbysiad hwn
24/03/2023