Section one: Contracting authority
one.1) Name and addresses
The Royal Borough of Kingston upon Thames
Guildhall 2
Kingston upon Thames
KT1 1EU
Telephone
+44 2085475000
Country
United Kingdom
Region code
UKI63 - Merton, Kingston upon Thames and Sutton
Internet address(es)
Main address
Buyer's address
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
Provision of Slimming World Weight Management Services
Reference number
DN778727
two.1.2) Main CPV code
- 85323000 - Community health services
two.1.3) Type of contract
Services
two.1.4) Short description
Weight loss management services to support public health outcomes, including reducing obesity prevalence in the borough. The contract award is using Direct Award Process C under 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: £45,000
two.2) Description
two.2.2) Additional CPV code(s)
- 85323000 - Community health services
two.2.3) Place of performance
NUTS codes
- UKI63 - Merton, Kingston upon Thames and Sutton
two.2.4) Description of the procurement
The Royal Borough of Kingston upon Thames intends to award a contract to Miles-Bramwell Executive Services Ltd, trading as Slimming World, for the delivery of community-based Tier 2 adult weight management services. The services will offer access to Slimming World’s evidence-based 12-week programme of dietary, physical activity, and behaviour change support to eligible residents.
The service is designed to help improve health outcomes by supporting sustainable weight loss among adults who are overweight or obese, as part of the borough’s public health strategy to reduce obesity and health inequalities.
This contract is Intending to be awarded to the existing provider under Direct Award Process C of the Health Care Services (Provider Selection Regime) Regulations 2023, on the basis that the provider is assessed as the most suitable to deliver the service, and that running a competitive process is not required. This decision is based on value for money, continuity of service, accessibility, and quality of care. The authority is of the view that the existing provider is satisfying the original contract and will satisfy the proposed contract to a sufficient standard.
The proposed contracting arrangements are not changing, considerable change threshold is not met
The approximate lifetime value of the contract is £45,000 (excluding VAT).
The services are expected to be delivered between 15 July 2025 and 14th July 2028, subject to final contract signature.
two.2.5) Award criteria
Quality criterion - Name: The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard / Weighting: 100
Price - Weighting: 0
two.2.11) Information about options
Options: Yes
Description of options
Extension Option: The initial contract term is one (1) year. The Authority reserves the right to extend the contract by up to 2 twelve (12) additional months, subject to continued funding availability, satisfactory performance, and ongoing need.
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
Explanation:
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 27/06/2025 . This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
Section five. Award of contract
Contract No
85323000
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
10 June 2025
five.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Miles-Bramwell Executive Services Ltd t/a Slimming World
Derbyshire
Country
United Kingdom
NUTS code
- UKF1 - Derbyshire and Nottinghamshire
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £45,000
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 decision makers by 27/06/2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
Representations should be submitted in writing to commissioning@kingston.gov.uk including the reference number PSR REPRESENTATION: DN778727 - Provision of Slimming World Weight Management Services in the Title.
Award decision-makers:
Commissioner, Public Health and Corporate Head of Health Behaviours and Public Health Services
Conflicts of interest identified among decision makers:0
All members involved in the decision making process confirmed no actual, potential or perceived conflict of interest. this was formally recorded and verified through declaration and internal governance procedures.
The provider was assessed against the 5 key criteria and basic assessment criteria.
The key criteria were assessed on equal importance which was proportionate to the value of the contract and the assessment of the current providers ability to deliver the service. Providers ability to continue to deliver was assessed against responses to the key criteria and basic assessment criteria which demonstrated the providers ability to successfully deliver the service with an in-depth understanding of the service outcomes required within the financial envelope of the available grant funding.
six.4) Procedures for review
six.4.1) Review body
Independent Patient Choice & Procurement Panel London
London
Country
United Kingdom