Section one: Contracting authority
one.1) Name and addresses
London Borough of Hammersmith and Fulham
Town Hall, king street
London
W6 9JU
Country
United Kingdom
Region code
UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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