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
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