Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS England
7-8 Wellington Place
Leeds
LS1 4AP
UK
Contact person: Leigh Parker
E-mail: leigh.parker1@nhs.net
NUTS: UK
Internet address(es)
Main address: https://www.england.nhs.uk/
Address of the buyer profile: https://www.england.nhs.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://atamis-1928.my.site.com/s/Welcome
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://atamis-1928.my.site.com/s/Welcome
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://atamis-1928.my.site.com/s/Welcome
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
NHS Healthier You
Reference number: C415740
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short 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. <br/><br/>The NHS Healthier You Programme procurement comprises of the following:<br/>• 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".<br/>• 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". <br/>• 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".<br/>• 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".<br/><br/>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.<br/><br/>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).<br/><br/>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.<br/><br/>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.<br/><br/>The estimated date of mobilisation / service commencement will be from 1 November 2026.
II.1.5) Estimated total value
Value excluding VAT:
738 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85100000
75200000
85140000
85312310
85323000
85312320
98000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
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.<br/><br/>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. <br/><br/>The procurement will be assessed through a multi-stage approach as follows:<br/><br/>Stage 1 (Compliance and Supplier Information Questionnaire)<br/>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. <br/><br/>Stage 2 (Quality and Commercial Envelope)<br/>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.<br/><br/>Stage 3 (ICB/ICB Cluster Quality Envelope)<br/>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.<br/><br/>The Key Criteria (as outlined in PSR Regulation 5) for Stage 2 & Stage 3 will be evaluated as outlined below:<br/><br/>Stage 2 - Quality Envelope - 60%<br/><br/>1) Managing Referrals and Offering a Choice of Delivery Modes – 6%<br/>Key Criteria Assessed: <br/>(a) Quality and Innovation<br/>(d) Improving Access, Reducing Health Inequalities and Facilitating Choice <br/><br/>2) In-Person and Remote Delivery Modes: Approach to Delivery – 5%<br/>Key Criteria Assessed:<br/>(a) Quality and Innovation<br/>(c) Integration, Collaboration and Service Sustainability<br/><br/>3) In-Person and Remote Delivery Modes: Service Design, Schedule and Content - 4%<br/>Key Criteria Assessed:<br/>(a) Quality and Innovation<br/>(c) Integration, Collaboration and Service Sustainability<br/><br/>4) Digital Delivery Mode: Approach to Delivery - 5%<br/>Key Criteria Assessed:<br/>(a) Quality and Innovation<br/>(c) Integration, Collaboration and Service Sustainability<br/> <br/>5) Digital Delivery Mode: Service Design, Schedule and Content - 4%<br/>Key Criteria Assessed:<br/>(a) Quality and Innovation<br/>(c) Integration, Collaboration and Service Sustainability<br/><br/>6) Behaviour Change Approach and Logic Model - 6%<br/>Key Criteria Assessed:<br/>(a) Quality and Innovation<br/>(c) Integration, Collaboration and Service Sustainability<br/><br/>7) Integration of TDR Products and Monitoring Equipment in the T2DR Service Model - 3%<br/>Key Criteria Assessed:<br/>(a) Quality and Innovation<br/>(c) Integration, Collaboration and Service Sustainability<br/>(d) Improving Access, Reducing Health Inequalities and Facilitating Choice <br/><br/>8) Mobilisation - 5%<br/>Key Criteria Assessed:<br/>(a) Quality and Innovation<br/>(c) Integration, Collaboration and Service Sustainability<br/><br/>9) Workforce Competency and Training - 4%<br/>Key Criteria Assessed:<br/>(a) Quality and Innovation<br/>(c) Integration, Collaboration and Service Sustainability<br/><br/>10) Management and Quality of Data - 4%<br/>Key Criteria Assessed:<br/>(a) Quality and Innovation<br/>(c) Integration, Collaboration and Service Sustainability<br/><br/>11) Quality Assurance and Governance - 4%<br/>Key Criteria Assessed:<br/>(a) Quality and Innovation<br/>(c) Integration, Collaboration and Service Sustainability<br/><br/>12) Social Value: Employment and training for those who face barriers to employment - 10%<br/>Key Criteria Assessed:<br/>(e) Social Value<br/><br/>Stage 2 - Commercial Envelope - 40%<br/><br/>Key Criteria Assessed:<br/>(b) Value<br/><br/>Stage 3 – ICB/ ICB Cluster Quality Envelope - 60%<br/><br/>1) Local Integration – 30%<br/>Key Criteria Assessed:<br/>(a) Quality and Innovation<br/>(c) Integration, Collaboration and Service Sustainability<br/>(d) Improving Access, Reducing Health Inequalities and Facilitating Choice<br/><br/>2) Meeting Local Need, Reducing Health Inequalities and Tailoring to Underrepresented Populations – 30%<br/>Key Criteria Assessed:<br/>(a) Quality and Innovation<br/>(c) Integration, Collaboration and Service Sustainability<br/>(d) Improving Access, Reducing Health Inequalities and Facilitating Choice <br/><br/>Scores from Stage 2 evaluation will form 40% of the final score.<br/><br/>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. <br/><br/>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. <br/><br/>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. <br/><br/>Contracts will be awarded to all successful Suppliers, listing the ICB(s)/ICB Cluster(s) they will be delivering services to.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
738 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
An option to extend of up to a maximum of 24 months.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Applicants will be assessed in accordance with the Health Care Services (Provider Selection Regime) Regulations 2023 on the basis of the information provided in response to the Basic Selection Criteria Questionnaire (assessment Stage 1).
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Selection criteria as stated in the procurement documents.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Selection criteria as stated in the procurement documents.
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2026/S 000-003389
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
05/06/2026
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
08/06/2026
Local time: 08:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional 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).<br/><br/>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:<br/><br/>1. Central East<br/>2. Essex<br/>3. Norfolk and Suffolk<br/>4. West and North London<br/>5. Thames Valley<br/>6. Surrey and Sussex<br/>7. Hampshire and the Isle of Wight<br/>8. Leicester, Leicestershire and Rutland with Northamptonshire<br/>9. Derbyshire, with Nottinghamshire and Lincolnshire<br/>10. Birmingham and Solihull with Black Country<br/>11. Staffordshire and Stoke-on-Trent with Shropshire, Telford and Wrekin<br/>12. Coventry and Warwickshire, with Herefordshire and Worcestershire<br/>13. Cornwall and the Isles of Scilly with Devon<br/>14. Gloucestershire with Bristol, North Somerset and South Gloucestershire<br/>15. Dorset with Somerset and Bath, North East Somerset, Swindon and Wiltshire<br/>16. North East and North Cumbria<br/>17. Humber and North Yorkshire<br/>18. South Yorkshire<br/>19. West Yorkshire<br/>20. North East London<br/>21. South East London<br/>22. South West London<br/>23. Lancashire and South Cumbria<br/>24. Greater Manchester<br/>25. Cheshire and Merseyside<br/>26. Kent and Medway <br/><br/>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.
VI.4) Procedures for review
VI.4.1) Review body
Independent patient choice and procurement panel
Wellington House
London
SE1 8UG
UK
VI.5) Date of dispatch of this notice
13/04/2026