NHS Healthier You

A Tender Notice
by NHS ENGLAND

Source
Find a Tender
Type
Contract (Services)
Duration
3 year
Value
738M
Sector
HEALTH
Published
13 Apr 2026
Delivery
To 04 Jun 2029 (est.)
Deadline
05 Jun 2026 12:00

Related Terms

Location

Leeds

Geochart for 2 buyers and 0 suppliers

2 buyers

Description

The Contracting Authority is procuring the NHS Healthier You Programme utilising the competitive provider selection process under the Health Care Services (Provider Selection Regime) Regulations 2023. This competitive provider selection process has multiple gateways as described in this notice. The NHS Healthier You Programme procurement comprises of the following:• NHS Healthier You Behavioural Support for Obesity Prescribing ("BSOP) Service"): Targeted support for individuals prescribed pharmacotherapy GLP-1 medications as approved in a Primary Care setting by NICE. Service Users provided with the BSOP Service are referred to as the "BSOP Cohort".• NHS Healthier You Diabetes Prevention Programme ("DPP Service"): Support for individuals identified as at high risk of developing type 2 diabetes. Service Users provided with the DPP Service are referred to as the "DPP Cohort". • NHS Healthier You Type 2 Diabetes Path to Remission ("T2DR Service"): Support for individuals diagnosed with type 2 diabetes within the last 6 years and living with overweight or obesity. Service Users provided with the T2DR Service are referred to as the "T2DR Cohort".• NHS Healthier You Long Term Conditions Prevention Pilot ("LTCP Service"): Support for individuals diagnosed with hypertension. Service Users provided with the LTCP Service are referred to as the "LTCP Cohort".The Contracting Authority has divided this opportunity into 26 ICB/ICB Clusters. ICB Clusters are groupings of ICBs. The complete list is set out in VI.3.Bidders will need the capability and capacity to provide the full suite of services to an ICB/ICB Cluster, offering eligible participants a choice of group based in-person services or a digitally delivered, independently accessed service provided through a web browser or a mobile application. The Type 2 diabetes Path to Remission intervention will only be delivered on a one-to-one basis (delivered in-person or remotely).Contracts will be awarded by Supplier. Bidders can be awarded a contract for more than one ICB/ICB Cluster. In such instances, one contract would be issued to the Supplier listing the ICB's/ICB Clusters awarded. This means a maximum of 26 contracts may be awarded in the event a different Supplier is awarded for each ICB/ICB Cluster.The anticipated value across the ICB's/ICB Clusters is £386,000,000 excluding VAT. This is based on the initial term of 36 months. There will be an option to extend by up to 24 months, giving a maximum term of 60 months. The anticipated value of the 60 month term is £738,000,000 excluding VAT. VAT will be applied as appropriate.The estimated date of mobilisation / service commencement will be from 1 November 2026.

Total Quantity or Scope

As part of this process, the Contracting Authority would like to invite interested parties to read and complete our Invitation to Tender within our e-Tendering System Atamis, https://atamis-1928.my.site.com/s/Welcome. This service will be competed under The Health Care Services (Provider Selection Regime) Regulations 2023 and will not be competed via Public Contract Regulations 2015 or via the Procurement Act 2023.The Contracting Authority will be using Atamis, the Contracting Authority’s e-Tendering system for this procurement exercise. For further information, the ITT documentation can be found via the 'Live Opportunities' list on the e-tendering system. The procurement will be assessed through a multi-stage approach as follows:Stage 1 (Compliance and Supplier Information Questionnaire)Compliance checks will be completed to ensure tenders are completed as per the ITT instructions. The Suppler Information Questionnaire will evaluate the Basic Selection Criteria. The questions will be evaluated on a Pass/Fail or for information only basis and can be found in Document 3. Stage 2 (Quality and Commercial Envelope)This will be the evaluation of the Quality and Commercial envelope which contains the Key Criteria questions and can be found in Document 4 (Quality Envelope) and Document 5 (Commercial Envelope). Scores from Stage 2 evaluation will form 40% of the final score at Stage 3 evaluation.Stage 3 (ICB/ICB Cluster Quality Envelope)This envelope will be evaluated to identify the Bidders who best meet the Contracting Authority’s key criteria for delivery of the Requirements in each ICB/ICB Cluster. Scores from Stage 3 evaluation will form 60% of the final score at Stage 3 evaluation. The scores from Stage 2 and Stage 3 evaluation will be combined to determine the successful Bidder per ICB/ICB Cluster.The Key Criteria (as outlined in PSR Regulation 5) for Stage 2 & Stage 3 will be evaluated as outlined below:Stage 2 - Quality Envelope - 60%1) Managing Referrals and Offering a Choice of Delivery Modes – 6%Key Criteria Assessed: (a) Quality and Innovation(d) Improving Access, Reducing Health Inequalities and Facilitating Choice 2) In-Person and Remote Delivery Modes: Approach to Delivery – 5%Key Criteria Assessed:(a) Quality and Innovation(c) Integration, Collaboration and Service Sustainability3) In-Person and Remote Delivery Modes: Service Design, Schedule and Content - 4%Key Criteria Assessed:(a) Quality and Innovation(c) Integration, Collaboration and Service Sustainability4) Digital Delivery Mode: Approach to Delivery - 5%Key Criteria Assessed:(a) Quality and Innovation(c) Integration, Collaboration and Service Sustainability 5) Digital Delivery Mode: Service Design, Schedule and Content - 4%Key Criteria Assessed:(a) Quality and Innovation(c) Integration, Collaboration and Service Sustainability6) Behaviour Change Approach and Logic Model - 6%Key Criteria Assessed:(a) Quality and Innovation(c) Integration, Collaboration and Service Sustainability7) Integration of TDR Products and Monitoring Equipment in the T2DR Service Model - 3%Key Criteria Assessed:(a) Quality and Innovation(c) Integration, Collaboration and Service Sustainability(d) Improving Access, Reducing Health Inequalities and Facilitating Choice 8) Mobilisation - 5%Key Criteria Assessed:(a) Quality and Innovation(c) Integration, Collaboration and Service Sustainability9) Workforce Competency and Training - 4%Key Criteria Assessed:(a) Quality and Innovation(c) Integration, Collaboration and Service Sustainability10) Management and Quality of Data - 4%Key Criteria Assessed:(a) Quality and Innovation(c) Integration, Collaboration and Service Sustainability11) Quality Assurance and Governance - 4%Key Criteria Assessed:(a) Quality and Innovation(c) Integration, Collaboration and Service Sustainability12) Social Value: Employment and training for those who face barriers to employment - 10%Key Criteria Assessed:(e) Social ValueStage 2 - Commercial Envelope - 40%Key Criteria Assessed:(b) ValueStage 3 – ICB/ ICB Cluster Quality Envelope - 60%1) Local Integration – 30%Key Criteria Assessed:(a) Quality and Innovation(c) Integration, Collaboration and Service Sustainability(d) Improving Access, Reducing Health Inequalities and Facilitating Choice2) Meeting Local Need, Reducing Health Inequalities and Tailoring to Underrepresented Populations – 30%Key Criteria Assessed:(a) Quality and Innovation(c) Integration, Collaboration and Service Sustainability(d) Improving Access, Reducing Health Inequalities and Facilitating Choice Scores from Stage 2 evaluation will form 40% of the final score.Only bids which pass compliance checks and the Basic Selection Criteria Questionnaire in accordance with the Document 1 - ITT Instructions and Document 3 – Basic Selection Criteria Questionnaire will proceed to Stage 2. Up to 5 Bidders per ICB/ICB Cluster with the highest combined score from Stage 2 who also meet the relevant minimum scoring thresholds will have their response(s) to the Stage 3 ICB/ICB Cluster Quality Envelope(s) evaluated. For each ICB/ICB Cluster the Bidder with the highest scoring Bid after the scores at Stage 2 and Stage 3 have been combined will be the preferred Bidder for that ICB/ICB Cluster. Contracts will be awarded to all successful Suppliers, listing the ICB(s)/ICB Cluster(s) they will be delivering services to.

Renewal Options

An option to extend of up to a maximum of 24 months.

CPV Codes

  • 85100000 - Health services
  • 75200000 - Provision of services to the community
  • 85140000 - Miscellaneous health services
  • 85312310 - Guidance services
  • 85323000 - Community health services
  • 85312320 - Counselling services
  • 98000000 - Other community, social and personal services

Indicators

  • Bids should cover the whole contract.
  • Options are available.
  • Renewals are not available.
  • Financial restrictions apply.
  • Professional qualifications are sought.
  • Award on basis of price and quality.

Other Information

There will be 26 ICB's/ICB Clusters available to Bid for under this procurement. This procurement is not structured as a lotted procurement. Bidders will be able to identify the ICB(s)/ICB Cluster(s) they wish to Bid for in the Form of Tender, relevant ICB/ICB Cluster Quality Envelope(s) and Commercial Schedule (Price Response).Bidders can submit Bids, and be awarded contracts, for single or multiple ICB's/ICB Clusters. The 26 ICB's/ICB Clusters under this procurement are:1. Central East2. Essex3. Norfolk and Suffolk4. West and North London5. Thames Valley6. Surrey and Sussex7. Hampshire and the Isle of Wight8. Leicester, Leicestershire and Rutland with Northamptonshire9. Derbyshire, with Nottinghamshire and Lincolnshire10. Birmingham and Solihull with Black Country11. Staffordshire and Stoke-on-Trent with Shropshire, Telford and Wrekin12. Coventry and Warwickshire, with Herefordshire and Worcestershire13. Cornwall and the Isles of Scilly with Devon14. Gloucestershire with Bristol, North Somerset and South Gloucestershire15. Dorset with Somerset and Bath, North East Somerset, Swindon and Wiltshire16. North East and North Cumbria17. Humber and North Yorkshire18. South Yorkshire19. West Yorkshire20. North East London21. South East London22. South West London23. Lancashire and South Cumbria24. Greater Manchester25. Cheshire and Merseyside26. Kent and Medway 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 or Procurement Act 2023 do not apply to this award.

Reference

  • FTS 033470-2026

Domains