Tender

Weight Management Procurement

  • London Borough of Hammersmith and Fulham

F02: Contract notice

Notice identifier: 2025/S 000-069395

Procurement identifier (OCID): ocds-h6vhtk-048aa0 (view related notices)

Published 29 October 2025, 1:53pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Hammersmith and Fulham

Town Hall, king street

London

W6 9JU

Email

procurement@lbhf.gov.uk

Country

United Kingdom

Region code

UKI33 - Kensington & Chelsea and Hammersmith & Fulham

Internet address(es)

Main address

www.capitalesourcing.com

Buyer's address

https://www.lbhf.gov.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.capitalesourcing.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.capitalesourcing.com

Tenders or requests to participate must be submitted to the above-mentioned 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

Weight Management Procurement

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

The weight management service will provide both universal and Tier 2 weight management provision for those who live, study and/or are registered with a GP in H&F. The service will be adaptable and tailored to the local population, taking into account the diverse cultures and languages spoken in the borough. An essential component in development and continuous improvement of the service offer will be co-production with local communities.

two.1.5) Estimated total value

Value excluding VAT: £2,250,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
  • UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Main site or place of performance

INSERT SPECIFIC LOCATION FOR DELIVERY IF REQUIRED

two.2.4) Description of the procurement

A health care service contract. The procurement route open procedure.

This is a Provider Selection Regime (PSR) intended approach notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulation 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply this award

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: £2,250,000

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

Start date

1 April 2026

End date

31 March 2029

This contract is subject to renewal

Yes

Description of renewals

There will be an option for the contract to be extended for a further 2 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

There will be an option for the contract to be extended for a further 2 years.

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

This is a Provider Selection Regime (PSR) intended approach notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulation 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply this award


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

All details are contained in the procurement tender pack on the e-procurement platform

three.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

All details are contained in the procurement tender pack on the e-procurement platform

three.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

All details are contained in the procurement tender pack on the e-procurement platform

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

All details are contained in the procurement tender pack on the e-procurement platform


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: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-025699

four.2.2) Time limit for receipt of tenders or requests to participate

Date

25 November 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

Tender must be valid until: 31 March 2031

four.2.7) Conditions for opening of tenders

Date

25 November 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) intended approach notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulation 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply this award

six.4) Procedures for review

six.4.1) Review body

Royal Courts Of Justice

London

Country

United Kingdom