London Borough of Bromley: Public Health Procurement Framework

  London Borough of Bromley has published this notice through Delta eSourcing

Notice Summary
Title: Public Health Procurement Framework
Notice type: Contract Notice
Authority: London Borough of Bromley
Nature of contract: Services
Procedure: Open
Short Description: The Council is looking to establish a framework for the provision of key Public Health Improvement programmes as detailed below. Each programme will consist of one or more categories and providers are invited to submit tenders for any number of the categories shown. Programme 1: Smoking Cessation Services offering intensive support to smokers who wish to give up, either referred by their GPs or other health professional or by themselves. Patients are normally seen weekly, either on a 1:1 basis or on a group therapy basis. Services may also be required to administer Nicotine Replacement Therapies (NRT). • Category A: Stop Smoking Service • Category B: Stop Smoking Extra Quitter Provider Programme 2: Weight Management Services delivering a range of weight management initiatives including: the delivery of a free to the patient community based weight management programme in a range of settings and venues which are available to all registered patients who meet the criteria; offering support to patients in order to develop sustainable lifestyle changes in order to lose and maintain clinically significant weight loss, reduce co-morbidities and increase quality of life by addressing all factors associated with maintaining a healthy lifestyle including psychosocial functioning; and providing specialist, multi-disciplinary assessments and support to patients at high risk of CVD or diabetes, helping them to make use of a range of non-surgical options and supporting them to develop sustainable lifestyle changes in order to reduce morbidity and increase quality of life. • Category C: Tier 3 Weight Management Intervention • Category D: Tier 2 Weight Management Service • Category E: Cardiovascular Disease and Diabetes Prevention Lifestyle Intervention Programme 3: Physical Activity The service prescribes and monitors an exercise programme tailored to the individual needs of the patient having one or more of a prescribed set of medical conditions, with the objective of increasing participation levels in physical activity and structured exercise. • Category F: Physical Activity on Referral Service Programme 4: Sexual Health Includes a variety of sexual health services including: the provision of a peer support and peer mentoring service to patients diagnosed with HIV and living in the London borough of Bromley; a service providing the delivery of sustainable behaviour change of those who have been identified as most at risk of ill sexual health in the highest prevalence areas of the borough through a multi-faceted sexual health outreach programme; laboratory diagnostic services for sexually transmitted infection testing; and community pharmacy services offering Chlamydia screening and treatment, emergency contraception, HIV point of care testing, condoms and oral contraception. • Category G: HIV Peer Support and Peer Mentoring Service including Advice and Advocacy • Category H: Sexual Health Outreach Programme • Category I: Laboratory Testing for Sexually Transmitted Infections • Category J: Community Pharmacy Sexual Health Service Programme 5: NHS Checks Services including the delivery of the NHS Health Checks programme to eligible people in the community; the delivery by community pharmacies of the NHS Health Checks programme; and the provision of Point of Care Testing equipment used for NHS Health Checks. • Category K: NHS Health Check Community Outreach Service • Category L: Point of Care Testing Service to Support the NHS Health Checks Programme • Category M: NHS Health Check – Community Pharmacy Programme 6: Substitute Prescribing & Harm Minimisation Services including a community pharmacy needle exchange service for injecting drug users; and a community pharmacy supervised administration of opiates service. • Category N: Needle Exchange Service • Category O: Supervised Administration of Medication Service Please note that this contract is being tendered electronically through the London Tenders Portal using the Due North tendering system. In order to access documentation and t
Published: 22/11/2013 11:54

View Full Notice

UK-Bromley: Health services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      London Borough of Bromley
      Civic Centre, Stockwell Close, Bromley, BR1 3UH, United Kingdom
      Email: michael.hurst@bromley.gov.uk, URL: www.bromley.gov.uk
      Attn: Mike Hurst
      Electronic Access URL: www.londontenders.org
      Electronic Submission URL: www.londontenders.org

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services
      Health

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Public Health Procurement Framework
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 25

         Region Codes: UKJ4 - Kent         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement                                                        

      II.1.4)Information on framework agreement:      
            Framework agreement with several operators

         Duration of the framework agreement:
            Duration in year(s): 2                   
      II.1.5)Short description of the contract or purchase:
      Health services. The Council is looking to establish a framework for the provision of key Public Health Improvement programmes as detailed below. Each programme will consist of one or more categories and providers are invited to submit tenders for any number of the categories shown.

Programme 1: Smoking Cessation
Services offering intensive support to smokers who wish to give up, either referred by their GPs or other health professional or by themselves. Patients are normally seen weekly, either on a 1:1 basis or on a group therapy basis. Services may also be required to administer Nicotine Replacement Therapies (NRT).
• Category A: Stop Smoking Service
• Category B: Stop Smoking Extra Quitter Provider

Programme 2: Weight Management
Services delivering a range of weight management initiatives including: the delivery of a free to the patient community based weight management programme in a range of settings and venues which are available to all registered patients who meet the criteria; offering support to patients in order to develop sustainable lifestyle changes in order to lose and maintain clinically significant weight loss, reduce co-morbidities and increase quality of life by addressing all factors associated with maintaining a healthy lifestyle including psychosocial functioning; and providing specialist, multi-disciplinary assessments and support to patients at high risk of CVD or diabetes, helping them to make use of a range of non-surgical options and supporting them to develop sustainable lifestyle changes in order to reduce morbidity and increase quality of life.
• Category C: Tier 3 Weight Management Intervention
• Category D: Tier 2 Weight Management Service
• Category E: Cardiovascular Disease and Diabetes Prevention Lifestyle Intervention

Programme 3: Physical Activity
The service prescribes and monitors an exercise programme tailored to the individual needs of the patient having one or more of a prescribed set of medical conditions, with the objective of increasing participation levels in physical activity and structured exercise.
• Category F: Physical Activity on Referral Service

Programme 4: Sexual Health
Includes a variety of sexual health services including: the provision of a peer support and peer mentoring service to patients diagnosed with HIV and living in the London borough of Bromley; a service providing the delivery of sustainable behaviour change of those who have been identified as most at risk of ill sexual health in the highest prevalence areas of the borough through a multi-faceted sexual health outreach programme; laboratory diagnostic services for sexually transmitted infection testing; and community pharmacy services offering Chlamydia screening and treatment, emergency contraception, HIV point of care testing, condoms and oral contraception.
• Category G: HIV Peer Support and Peer Mentoring Service including Advice and Advocacy
• Category H: Sexual Health Outreach Programme
• Category I: Laboratory Testing for Sexually Transmitted Infections
• Category J: Community Pharmacy Sexual Health Service

Programme 5: NHS Checks
Services including the delivery of the NHS Health Checks programme to eligible people in the community; the delivery by community pharmacies of the NHS Health Checks programme; and the provision of Point of Care Testing equipment used for NHS Health Checks.
• Category K: NHS Health Check Community Outreach Service
• Category L: Point of Care Testing Service to Support the NHS Health Checks Programme
• Category M: NHS Health Check – Community Pharmacy

Programme 6: Substitute Prescribing & Harm Minimisation
Services including a community pharmacy needle exchange service for injecting drug users; and a community pharmacy supervised administration of opiates service.
• Category N: Needle Exchange Service
• Category O: Supervised Administration of Medication Service


Please note that this contract is being tendered electronically through the London Tenders Portal using the Due North tendering system. In order to access documentation and to submit tenders, all potential providers must register through the 'Suppliers Area' of the portal at www.londontenders.org (if not already registered). Providers who are not registered will not be able to access the documents or submit a tender.
         
      II.1.6)Common Procurement Vocabulary:
         85100000 - Health services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Initial framework length is 2 years and can be extended by a further period of up to two years at the Council's discretion and subject to the providers' satisfactory performance of the service. Approximate maximum annual spend across all six programmes for the London Borough of Bromley is £797,000 broken down as follows. Please note that these figures are indicative only and that the Council does not guarantee that this level of expenditure will continue.

Smoking Cessation - £235,000
Weight Management - £99,000
Physical Activity - £74,000
Sexual Health - £192,000
NHS Checks - £150,000
Substitute Prescribing and Harm Minimisation - £47,000

The London Borough of Bexley has indicated its intention to use the Framework and its current level of annual spend is approximately half that of Bromley.      
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
      Not Provided
   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Deposit or Parent Company Guarantee may be required.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Joint and several liability.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: Not Provided      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.

      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Not Provided      
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Yes
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Not Provided      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:



         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 03/01/2014
         Time: 12:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender Not Provided      
      IV.3.8)Conditions for opening tenders
         Not Provided

Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Not Provided
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: PLEASE NOTE: Although this tender is being run as an 'Open' tender, the evaluation will be a two stage process. The Invitation to Tender will consist of the tender documents plus a short questionnaire regarding your company and its financial standing etc. The questionnaire responses will be assessed first and any company that does not meet the stated criteria will not progress to the full tender evaluation stage.

Evaluation of the tender will be based on the CIPFA standing guide to the commissioning of local authority work and services tender evaluation model and in full compliance with EU Directives, the Council's Contract Procedure Rules and in accordance with the stated criteria.

Tenderers should note that the evaluation of the above criteria for Quality issues etc will also include the operation of minimum score thresholds. If the Tenderer's proposal receives a score below the required threshold then the bid may not be considered further. (The minimum acceptable score is a requirement to obtain at least half of the available points in any particular area).

The Council works closely with a number of its surrounding local authorities on procurement activity and is a member of the South East London Procurement Group (comprising of the London Boroughs of Bromley, Bexley, Lewisham, Greenwich, Lambeth and Southwark) . In addition to the partner organisation identified above, in appropriate circumstances and in compliance with any legal and regulatory requirement, the opportunity for services to be provided through this framework may also be offered to the named members of this organisation and also the London Borough of Croydon (which has expressed an interest in using this framework) and who may have similar usage volumes.

This Contract Notice has been placed on OJEU on a voluntary basis and relates to Part B services of the Public Contracts Regulations 2006 (“the Regulations” as amended) accordingly, the Regulations only apply in part and where necessary. The London Borough of Bromley does not bind itself to abide by any other part of the Regulations which does not expressly apply to procurements for Part B services. The Council will ensure that all applicants are treated fairly, and that there is transparency at each stage of the procurement and tendering process.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=79350705
GO-20131122-PRO-5285993 TKR-20131122-PRO-5285992
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      London Borough of Bromley
      Civic Centre, Stockwell Close, Bromley, BR1 3UH, United Kingdom
      Email: mark.bowen@bromley.gov.uk

      Body responsible for mediation procedures:
               DRS-CIArb on behalf of the Chartered Institute of Arbitrators
         12 Bloomsbury Square, London, WC1A 2LP, United Kingdom
         Tel. +44 8452707055, Email: padre@bipsolutions.com, URL: http://www.bipsolutions.com/

      VI.4.2)Lodging of appeals: The Remedies Directive and 'Alcatel' mandatory standstill period provide clear and effective procedures for seeking redress in cases where bidders consider contracts have been unfairly awarded. Appeals against the award must be made within a period of 10 days (if contractors have been notified electronically) of the award of contract to the address shown in VI.4.1. Requests for additional de-briefing within the standstill period must be made in writing (which includes fax and email) to the same address. Any such request must be received by the contracting authority no later than midnight of the second day of the standstill period.   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            London Borough of Bromley
      Civic Centre, Stockwell Close, Bromley, BR1 3UH, United Kingdom
      Tel. +44 2083134639, Email: dave.starling@bromley.gov.uk

   VI.5) Date Of Dispatch Of This Notice: 22/11/2013

ANNEX A

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         1: Contracting Authority
      London Borough of Bexley
      Civic Offices, Broadway, Bexleyheath, DA6 7LB, United Kingdom

View any Notice Addenda

View Award Notice

UK-Bromley: Health services.

Section I: Contracting Authority
   Title: UK-Bromley: Health services.
   I.1)Name, Addresses and Contact Point(s):
      London Borough of Bromley
      Civic Centre, Stockwell Close, Bromley, BR1 3UH, United Kingdom
      Email: michael.hurst@bromley.gov.uk, URL: www.bromley.gov.uk
      Attn: Mike Hurst

   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Public Health Procurement Framework      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 25
         Do you agree to the publication of this notice?: Yes          
         Region Codes: UKJ4 - Kent         
      II.1.3)Information about a framework or a dynamic purchasing system:
         The notice involves the establishment of a framework agreement                   
      II.1.4)Short description of the contract or purchase(s):
         Health services. The Council has established a framework for the provision of key Public Health Improvement programmes as detailed below. PLEASE NOTE THAT THIS IS AN AWARD NOTICE AND WE ARE NOT INVITING EXPRESSIONS OF INTEREST. Full details of each programme can be found in Contract Notice 398102-2013.

Programme 1: Smoking Cessation
• Category A: Stop Smoking Service
• Category B: Stop Smoking Extra Quitter Provider

Programme 2: Weight Management
• Category C: Tier 3 Weight Management Intervention
• Category D: Tier 2 Weight Management Service
• Category E: Cardiovascular Disease and Diabetes Prevention Lifestyle Intervention - NO PROVIDER APPOINTED FOR THIS CATEGORY

Programme 3: Physical Activity
• Category F: Physical Activity on Referral Service

Programme 4: Sexual Health
• Category G: HIV Peer Support and Peer Mentoring Service including Advice and Advocacy
• Category H: Sexual Health Outreach Programme
• Category I: Laboratory Testing for Sexually Transmitted Infections
• Category J: Community Pharmacy Sexual Health Service

Programme 5: NHS Checks
• Category K: NHS Health Check Community Outreach Service
• Category L: Point of Care Testing Service to Support the NHS Health Checks Programme
• Category M: NHS Health Check – Community Pharmacy

Programme 6: Substitute Prescribing & Harm Minimisation
• Category N: Needle Exchange Service
• Category O: Supervised Administration of Medication Service
      II.1.5)Common procurement vocabulary:
         85100000 - Health services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Not Provided

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Open
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Price - 60
         Quality (Comprising service delivery, workforce, communication & accessibility, patient confidentiality, information management & technology, facilities & equipment, business continuity &risk. Quality weightings varied from category to category) - 40
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Not Provided          
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         
         
          Contract notice    
         Notice number in OJ: 2013/S 229 - 398102 of 26/11/2013
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Category L

      V.1)Date Of Contract Award: 19/02/2014      
      V.2) Information About Offers
         Number Of Offers Received: 21          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Alere Limited
         Postal address: Pepper Road, Hazel Grove
         Town: Stockport
         Postal code: SK7 5BW
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   2: Award And Contract Value
      Contract No: Categories B, J, M, N, O

      V.1)Date Of Contract Award: 19/02/2014      
      V.2) Information About Offers
         Number Of Offers Received: 21          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Boots UK Ltd
         Postal address: 1 Thane Road West
         Town: Nottingham
         Postal code: NG2 3AA
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   3: Award And Contract Value
      Contract No: Catagories A, C

      V.1)Date Of Contract Award: 19/02/2014      
      V.2) Information About Offers
         Number Of Offers Received: 21          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Bromley Healthcare Comunity Interest Company
         Postal address: Global House, 10 Station Road
         Town: Hayes
         Postal code: BR2 9HY
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   4: Award And Contract Value
      Contract No: Categories C, F

      V.1)Date Of Contract Award: 19/02/2014      
      V.2) Information About Offers
         Number Of Offers Received: 21          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Mytime Active
         Postal address: Linden House, 153-155 Masons Hill
         Town: Bromley
         Postal code: BR2 9HY
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   5: Award And Contract Value
      Contract No: Categories J, M, N, O

      V.1)Date Of Contract Award: 19/02/2014      
      V.2) Information About Offers
         Number Of Offers Received: 21          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Paydens Group Holdings Limited
         Postal address: Parkwood, Sutton Road
         Town: Maidstone
         Postal code: ME15 9NE
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   6: Award And Contract Value
      Contract No: Category B, J, M, N, O

      V.1)Date Of Contract Award: 19/02/2014      
      V.2) Information About Offers
         Number Of Offers Received: 21          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Pharmabbg LLP
         Postal address: 5 Stone Road
         Town: Bromley
         Postal code: BR2 9AX
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   7: Award And Contract Value
      Contract No: Categoriy G

      V.1)Date Of Contract Award: 19/02/2014      
      V.2) Information About Offers
         Number Of Offers Received: 21          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Positively UK
         Postal address: 345 City Road
         Town: London
         Postal code: EC1V 1LR
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   8: Award And Contract Value
      Contract No: Category D

      V.1)Date Of Contract Award: 19/02/2014      
      V.2) Information About Offers
         Number Of Offers Received: 21          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Miles-Bramwell Executive Services Limited trading as Slimming World
         Postal address: Clover Nook Road, Somercotes
         Town: Alfreton
         Postal code: DE55 4RF
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   9: Award And Contract Value
      Contract No: Categories A, B, C, D, K

      V.1)Date Of Contract Award: 19/02/2014      
      V.2) Information About Offers
         Number Of Offers Received: 21          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Solutions 4 Health Ltd
         Postal address: 200 Brook Drive, Green Park
         Town: Reading
         Postal code: RG2 6UB
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   10: Award And Contract Value
      Contract No: Category I

      V.1)Date Of Contract Award: 19/02/2014      
      V.2) Information About Offers
         Number Of Offers Received: 21          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Source BioScience UK Limited
         Postal address: 1 Orchard Place, Nottingham Business Park
         Town: Nottingham
         Postal code: NG8 6PX
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   11: Award And Contract Value
      Contract No: Categories I

      V.1)Date Of Contract Award: 19/02/2014      
      V.2) Information About Offers
         Number Of Offers Received: 21          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: The Doctors Laboratory Limited
         Postal address: 60 Whitfield Street
         Town: London
         Postal code: W1T 4EU
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   12: Award And Contract Value
      Contract No: Categories G, H

      V.1)Date Of Contract Award: 19/02/2014      
      V.2) Information About Offers
         Number Of Offers Received: 21          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: The Metro Centre Ltd
         Postal address: 141 Greenwich High Road
         Town: London
         Postal code: SE10 8JA
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   13: Award And Contract Value
      Contract No: Category G, H

      V.1)Date Of Contract Award: 19/02/2014      
      V.2) Information About Offers
         Number Of Offers Received: 21          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: The Terrence Higgins Trust
         Postal address: 314-320 Grays Inn Road
         Town: London
         Postal code: WC1X 8DP
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   14: Award And Contract Value
      Contract No: Category K

      V.1)Date Of Contract Award: 22/04/2014      
      V.2) Information About Offers
         Number Of Offers Received: 21          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: To Health Ltd
         Postal address: Alpha House, 100 Borough High Street
         Town: London
         Postal code: SE1 1LB
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   15: Award And Contract Value
      Contract No: Categories D

      V.1)Date Of Contract Award: 19/02/2014      
      V.2) Information About Offers
         Number Of Offers Received: 21          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Weight Watchers (UK) Ltd
         Postal address: Millennium House, Ludlow Road
         Town: Maidenhead
         Postal code: SL6 2SL
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided

Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      Approximate annual spend on each Programme may be as follows. Please note that these figures are indicative only and may be varied at the discretion of the Council.

Smoking Cessation - £235,000
Weight Management - £99,000
Physical Activity - £50,000
Sexual Health - £192,000
NHS Checks - £300,000
Substitute Prescribing & Harm Minimisation - £33,500

Evaluation of the tender was based on the CIPFA standing guide to the commissioning of local authority work and services tender evaluation model and in full compliance with EU Directives, the Council's Contract Procedure Rules and in accordance with the stated criteria.

Evaluation of the above criteria for Quality issues included the operation of minimum score thresholds. If the Tenderer's proposal received a score below the required threshold then the bid was not considered further. (The minimum acceptable score is a requirement to obtain at least half of the available points in any particular area).

The Council works closely with a number of its surrounding local authorities on procurement activity and is a member of the South East London Procurement Group (comprising of the London Boroughs of Bromley, Bexley, Lewisham, Greenwich, Lambeth and Southwark) . In addition to the partner organisation identified above, in appropriate circumstances and in compliance with any legal and regulatory requirement, the opportunity for services to be provided through this framework may also be offered to the named members of this organisation and also the London Borough of Croydon (which has expressed an interest in using this framework) and who may have similar usage volumes.

This Award Notice has been placed on OJEU on a voluntary basis and relates to Part B services of the Public Contracts Regulations 2006 (“the Regulations” as amended) accordingly, the Regulations only apply in part and where necessary. The London Borough of Bromley does not bind itself to abide by any other part of the Regulations which does not expressly apply to procurements for Part B services. The Council will ensure that all applicants are treated fairly, and that there is transparency at each stage of the procurement and tendering process.

No provider was appointed for Category E.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=99406996
GO-2014522-PRO-5688969 TKR-2014522-PRO-5688968   
   VI.3.1)Body responsible for appeal procedures:
      London Borough of Bromley
      Civic Centre, Stockwell Close, Bromley, BR1 3UH, United Kingdom
      Email: mark.bowen@bromley.gov.uk

      Body responsible for mediation procedures:
         DRS-CIArb on behalf of the Chartered Institute of Arbitrators
         12 Bloomsbury Square, London, WC1A 2LP, United Kingdom
         Tel. +44 8452707055, Email: padre@bipsolutions.com, URL: http://www.bipsolutions.com/
   VI.3.2)Lodging of appeals: The Remedies Directive and 'Alcatel' mandatory standstill period provide clear and effective procedures for seeking redress in cases where bidders consider contracts have been unfairly awarded. Appeals against the award must be made within a period of 10 days (if contractors have been notified electronically) of the award of contract to the address shown in VI.4.1. Requests for additional de-briefing within the standstill period must be made in writing (which includes fax and email) to the same address. Any such request must be received by the contracting authority no later than midnight of the second day of the standstill period.    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      London Borough of Bromley
      Civic Centre, Stockwell Close, Bromley, BR1 3UH, United Kingdom
      Tel. +44 2083134639, Email: dave.starling@bromley.gov.uk
   
   VI.4)Date Of Dispatch Of This Notice: 22/05/2014   
ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
      London Borough of Bexley
      Civic Offices, Broadway, Bexleyheath, DA6 7LB, United Kingdom