Tender

Specialist Tier 2 Weight Management service for adults with learning disabilities

  • Royal Borough of Greenwich

F02: Contract notice

Notice identifier: 2024/S 000-038878

Procurement identifier (OCID): ocds-h6vhtk-04c1c0

Published 3 December 2024, 11:55am



Section one: Contracting authority

one.1) Name and addresses

Royal Borough of Greenwich

3rd Floor, The Woolwich Centre, 35 Wellington Street, Woolwich

London

SE18 6HQ

Email

procurement@royalgreenwich.gov.uk

Country

United Kingdom

Region code

UKI51 - Bexley and Greenwich

Internet address(es)

Main address

http://www.royalgreenwich.gov.uk/

Buyer's address

http://www.royalgreenwich.gov.uk/

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

https://procontract.due-north.com

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/

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

Specialist Tier 2 Weight Management service for adults with learning disabilities

Reference number

DN729547

two.1.2) Main CPV code

  • 85323000 - Community health services

two.1.3) Type of contract

Services

two.1.4) Short description

The Royal Borough of Greenwich (RBG) is inviting suitably qualified and experienced providers to respond to this invitation to tender (ITT) exercise to establish a Tier 2 weight management service for adults with learning disabilities.

This procurement adheres to the Provider Selection Regime (PSR) competitive procedure which will mirror an open procedure process. The evaluation will involve the Basic Selection Criteria which will be evaluated on a pass/fail basis. Quality will be evaluated at 70% and price at 30%. Price submissions will also be subject to maximum ceiling prices as detailed in the Instructions to Tenderers document.

The contract term will be 2 years, with an extension period or periods for a maximum of 12 months at the sole discretion of the Royal Borough of Greenwich, creating a maximum contract term of 3 years.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI51 - Bexley and Greenwich
  • UKI61 - Bromley

two.2.4) Description of the procurement

The contract will be entered into by the Royal Borough of Greenwich and the successful Provider. However, the contract will be delivered on behalf of the Royal Borough of Greenwich, and the London Boroughs of Bromley and Bexley Councils.

This is a procurement for a Tier 2 community based weight management service as defined by NHS guidelines which is also designed to be specifically tailored to meet the needs of adults with learning disabilities.

The service will provide a multi-component lifestyle weight management service that supports adults with learning disabilities to lose weight and to learn how to maintain a healthier weight addressing emotional health and wellbeing, healthy eating, physical activity, sleep, and behaviour changes.

The service will deliver a 12 week practical programme with sessions provided in each of the three boroughs, which will cover healthy eating and lifestyle factors such as physical activity.

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: £660,000

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

Duration in months

24

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

Selection criteria as stated in the procurement documents

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

6 January 2025

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

6 January 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

This is a Provider Selection Regime (PSR) Contract 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.

six.4) Procedures for review

six.4.1) Review body

The Royal Borough of Greenwich

2nd floor, Woolwich Centre, 35 Wellington St, London

London

SE18 6HQ

Country

United Kingdom