Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Cambridgeshire County Council
New Shire Hall Emery Crescent Enterprise Campus,
Alconbury Weald, Huntingdon
PE284YE
UK
Contact person: Thomas Clarke
E-mail: Thomas.Clarke@Cambridgeshire.gov.uk
NUTS: UKH12
Internet address(es)
Main address: www.cambridgeshire.gov.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Behaviour Change
Reference number: 24008
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
Cambridgeshire County Council are tendering for a Behaviour Change Service that will deliver evidenced based health improvement and behaviour change interventions, to support Cambridgeshire residents adopt healthy behaviours. It has a focus on modifiable lifestyle behaviours that reduce life expectancy, increase health inequalities, and increase the risk of chronic diseases including cardiovascular disease (CVD), diabetes, some cancers, respiratory illnesses, and dementia, as well as negatively affecting mental wellbeing.
The provision of evidence-based services is essential if the Services are to support delivery of the key high-level outcomes.
The Service will reflect the principle of proportionate universalism and will use population health management approach to identify higher levels of need.
It will address health inequities and inequalities through embedding proportionate universalism into service delivery ensuring that services are delivered at scale and intensity proportionate to the local need.
This procurement is being conducted in accordance with the Provider Selection Regime (PSR) of the Healthcare Services Regulations 2023.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
11 020 841.00
GBP
II.2) Description
Lot No: 1
II.2.2) Additional CPV code(s)
85100000
II.2.3) Place of performance
NUTS code:
UKH12
II.2.4) Description of the procurement
This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023.
This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.
Services to be provided:
The Cambridge City place based behaviour change service will provide a flexible and adaptable framework that aligns with needs, enabling a personalised and integrated approach to service delivery. The service will encompass prevention, treatment and long-term behaviour change by encouraging and enabling local people to adopt healthier lives, making more effective use of the assets and resources within Cambridgeshire City. The service model is based on the principle of universal proportionalism, ensuring that interventions are scaled according to the level of need, with targeted support for those facing the greatest challenges.
It will:
1. Provide specialist behaviour change services that address the four key health behaviours that relate but not exclusively to diet, physical activity, smoking and alcohol.
2. Provide obesity related services that address primary prevention and weight management services (Tiers 1 and 2)
3. Work collaboratively with partner organisations and communities to develop and deliver innovative interventions and services to support health related behaviour change.
4. Implement integrated service pathways based on connections rather than signposting that will decrease duplication and use resources more effectively in collaboration with system partners.
5. Deliver a falls prevention service that focuses upon early prevention of falls.
6. Ensure that the wider socio-economic needs of service users are addressed to support behaviour change
7. Working with local partners secure support for environment policy changes that will positively influence health related behaviours.
8. Provide NHS Health Checks at different community locations.
Contract Duration:
This is a 5 year contract with options to extend by up to 24 months.
Existing or New Service:
This is an existing service that will be delivered in a new placed based approach within Cambridge City.
This preferred bidder is a new provider for the delivery of these services within this area.
II.2.5) Award criteria
Quality criterion: Quality & Innovation
/ Weighting: 35
Quality criterion: Integration, collaboration and service sustainability
/ Weighting: 7
Quality criterion: Improving access, reducing health inequalities and facilitating choice
/ Weighting: 17.5
Quality criterion: Social Value
/ Weighting: 10.5
Cost criterion: Value
/ Weighting: 30
II.2.11) Information about options
Options:
Yes
Description of options:
This is a 5 year contract, with the option to extend by up to an additional 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
Lot No: 2
II.2.2) Additional CPV code(s)
85100000
II.2.3) Place of performance
NUTS code:
UKH12
II.2.4) Description of the procurement
This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023.
This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.
The East Cambridgeshire place based behaviour change service will provide a flexible and adaptable framework that aligns with needs, enabling a personalised and integrated approach to service delivery. The service will encompass prevention, treatment and long-term behaviour change by encouraging and enabling local people to adopt healthier lives, making more effective use of the assets and resources within East Cambridgeshire. The service model is based on the principle of universal proportionalism, ensuring that interventions are scaled according to the level of need, with targeted support for those facing the greatest challenges.
It will:
1. Provide specialist behaviour change services that address the four key health behaviours that relate but not exclusively to diet, physical activity, smoking and alcohol.
2. Provide obesity related services that address primary prevention and weight management services (Tiers 1 and 2)
3. Work collaboratively with partner organisations and communities to develop and deliver innovative interventions and services to support health related behaviour change.
4. Implement integrated service pathways based on connections rather than signposting that will decrease duplication and use resources more effectively in collaboration with system partners.
5. Deliver a falls prevention service that focuses upon early prevention of falls.
6. Ensure that the wider socio-economic needs of service users are addressed to support behaviour change
7. Working with local partners secure support for environment policy changes that will positively influence health related behaviours.
8. Provide NHS Health Checks at different community locations.
Contract Duration:
This is a 5 year contract with options to extend by up to 24 months.
Existing or New Service:
This is an existing service that will be delivered in a new placed based approach within East Cambridgeshire.
This preferred bidder is a new provider for the delivery of these services within this area.
II.2.5) Award criteria
Quality criterion: Quality and Innovation
/ Weighting: 35
Quality criterion: Integration, collaboration and service sustainability
/ Weighting: 7
Quality criterion: Improving access, reducing health inequalities and facilitating choice
/ Weighting: 17.5
Quality criterion: Social Value
/ Weighting: 10.5
Cost criterion: Value
/ Weighting: 30
II.2.11) Information about options
Options:
Yes
Description of options:
This is a 5 year contract, with the option to extend by up to an additional 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
Lot No: 3
II.2.2) Additional CPV code(s)
85100000
II.2.3) Place of performance
NUTS code:
UKH12
II.2.4) Description of the procurement
This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023.
This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.
The Fenland place based behaviour change service will provide a flexible and adaptable framework that aligns with needs, enabling a personalised and integrated approach to service delivery. The service will encompass prevention, treatment and long-term behaviour change by encouraging and enabling local people to adopt healthier lives, making more effective use of the assets and resources within Fenland. The service model is based on the principle of universal proportionalism, ensuring that interventions are scaled according to the level of need, with targeted support for those facing the greatest challenges.
It will:
1. Provide specialist behaviour change services that address the four key health behaviours that relate but not exclusively to diet, physical activity, smoking and alcohol.
2. Provide obesity related services that address primary prevention and weight management services (Tiers 1 and 2)
3. Work collaboratively with partner organisations and communities to develop and deliver innovative interventions and services to support health related behaviour change.
4. Implement integrated service pathways based on connections rather than signposting that will decrease duplication and use resources more effectively in collaboration with system partners.
5. Deliver a falls prevention service that focuses upon early prevention of falls.
6. Ensure that the wider socio-economic needs of service users are addressed to support behaviour change
7. Working with local partners secure support for environment policy changes that will positively influence health related behaviours.
8. Provide NHS Health Checks at different community locations.
Contract Duration:
This is a 5 year contract with options to extend by up to 24 months.
Existing or New Service:
This is an existing service that will be delivered in a new placed based approach within Fenland.
This preferred bidder is a new provider for the delivery of these services within this area.
II.2.5) Award criteria
Quality criterion: Quality and Innovation
/ Weighting: 35
Quality criterion: Integration, collaboration and service sustainability
/ Weighting: 7
Quality criterion: Improving access, reducing health inequalities and facilitating choice
/ Weighting: 17.5
Quality criterion: Social Value
/ Weighting: 10.5
Cost criterion: Value
/ Weighting: 30
II.2.11) Information about options
Options:
Yes
Description of options:
This is a 5 year contract, with the option to extend by up to an additional 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
Lot No: 4
II.2.2) Additional CPV code(s)
85100000
II.2.3) Place of performance
NUTS code:
UKH12
II.2.4) Description of the procurement
This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023.
This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.
The Huntingdonshire place based behaviour change service will provide a flexible and adaptable framework that aligns with needs, enabling a personalised and integrated approach to service delivery. The service will encompass prevention, treatment and long-term behaviour change by encouraging and enabling local people to adopt healthier lives, making more effective use of the assets and resources within Huntingdonshire. The service model is based on the principle of universal proportionalism, ensuring that interventions are scaled according to the level of need, with targeted support for those facing the greatest challenges.
It will:
1. Provide specialist behaviour change services that address the four key health behaviours that relate but not exclusively to diet, physical activity, smoking and alcohol.
2. Provide obesity related services that address primary prevention and weight management services (Tiers 1 and 2)
3. Work collaboratively with partner organisations and communities to develop and deliver innovative interventions and services to support health related behaviour change.
4. Implement integrated service pathways based on connections rather than signposting that will decrease duplication and use resources more effectively in collaboration with system partners.
5. Deliver a falls prevention service that focuses upon early prevention of falls.
6. Ensure that the wider socio-economic needs of service users are addressed to support behaviour change
7. Working with local partners secure support for environment policy changes that will positively influence health related behaviours.
8. Provide NHS Health Checks at different community locations.
Contract Duration:
This is a 5 year contract with options to extend by up to 24 months.
Existing or New Service:
This is an existing service that will be delivered in a new placed based approach within Huntingdonshire.
This preferred bidder is a new provider for the delivery of these services within this area.
II.2.5) Award criteria
Quality criterion: Quality and Innovation
/ Weighting: 35
Quality criterion: Integration, collaboration and service sustainability
/ Weighting: 7
Quality criterion: Improving access, reducing health inequalities and facilitating choice
/ Weighting: 17.5
Quality criterion: Social Value
/ Weighting: 10.5
Cost criterion: Value
/ Weighting: 30
II.2.11) Information about options
Options:
Yes
Description of options:
This is a 5 year contract, with the option to extend by up to an additional 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
Lot No: 5
II.2.2) Additional CPV code(s)
85100000
II.2.3) Place of performance
NUTS code:
UKH12
II.2.4) Description of the procurement
This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023.
This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.
The South Cambridgeshire place based behaviour change service will provide a flexible and adaptable framework that aligns with needs, enabling a personalised and integrated approach to service delivery. The service will encompass prevention, treatment and long-term behaviour change by encouraging and enabling local people to adopt healthier lives, making more effective use of the assets and resources within South Cambridgeshire. The service model is based on the principle of universal proportionalism, ensuring that interventions are scaled according to the level of need, with targeted support for those facing the greatest challenges.
It will:
1. Provide specialist behaviour change services that address the four key health behaviours that relate but not exclusively to diet, physical activity, smoking and alcohol.
2. Provide obesity related services that address primary prevention and weight management services (Tiers 1 and 2)
3. Work collaboratively with partner organisations and communities to develop and deliver innovative interventions and services to support health related behaviour change.
4. Implement integrated service pathways based on connections rather than signposting that will decrease duplication and use resources more effectively in collaboration with system partners.
5. Deliver a falls prevention service that focuses upon early prevention of falls.
6. Ensure that the wider socio-economic needs of service users are addressed to support behaviour change
7. Working with local partners secure support for environment policy changes that will positively influence health related behaviours.
8. Provide NHS Health Checks at different community locations.
Contract Duration:
This is a 5 year contract with options to extend by up to 24 months.
Existing or New Service:
This is an existing service that will be delivered in a new placed based approach within South Cambridgeshire.
This preferred bidder is a new provider for the delivery of these services within this area.
II.2.5) Award criteria
Quality criterion: Quality and Innovation
/ Weighting: 35
Quality criterion: Integration, collaboration and service sustainability
/ Weighting: 7
Quality criterion: Improving access, reducing health inequalities and facilitating choice
/ Weighting: 17.5
Quality criterion: Social Value
/ Weighting: 10.5
Cost criterion: Value
/ Weighting: 30
II.2.11) Information about options
Options:
Yes
Description of options:
This is a 5 year contract, with the option to extend by up to an additional 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
Lot No: 6
II.2.2) Additional CPV code(s)
85100000
II.2.3) Place of performance
NUTS code:
UKH12
II.2.4) Description of the procurement
This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023.
This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.
The Centralised Support Function will be delivered as a Cambridgeshire wide model .
It will:
1. Provide an effective Single Point of Contact (SPOC) for residents from all places to access their local services.
2. Provide a digital self-management service for residents from all places.
3. Coordinate communications across the different place based services and support local and national campaigns.
4. Provide behaviour change training programme to support the place based services.
5. Provide Community Intensive Weight Management Services to enable residents to achieve a healthy weight.
Contract Duration:
This is a 5 year contract with options to extend by up to 24 months.
Existing or New Service:
This is an existing service that will be delivered in a new placed based approach within Cambridgeshire.
This preferred bidder is a new provider for the delivery of these services within this area.
II.2.5) Award criteria
Quality criterion: Quality and Innovation
/ Weighting: 49
Quality criterion: Integration, collaboration and service sustainability
/ Weighting: 10.5
Quality criterion: Improving access, reducing health inequalities and facilitating choice
/ Weighting: 3.5
Quality criterion: Social Value
/ Weighting: 7
Cost criterion: Value
/ Weighting: 30
II.2.11) Information about options
Options:
Yes
Description of options:
This is a 5 year contract, with the option to extend by up to an additional 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 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:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-022281
Section V: Award of contract
Lot No: 1
Title: Cambridge City
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
15/09/2025
V.2.2) Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
MoreLife Limited
7107520
Chruchwood Hall, Headingley
Leeds
LS6 3QJ
UK
NUTS: UKE42
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 1 504 908.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Title: East Cambridgeshire
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
15/09/2025
V.2.2) Information about tenders
Number of tenders received: 4
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
MORELIFE (UK) LTD
07107520
Chruchwood Hall, Headingley
Leeds
LS6 3QJ
UK
NUTS: UKE42
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 1 026 240.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Title: Fenland
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
15/09/2025
V.2.2) Information about tenders
Number of tenders received: 4
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
MORELIFE (UK) LTD
07107520
Chruchwood Hall, Headingley
Leeds
LS6 3QJ
UK
NUTS: UKE42
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 1 195 575.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 4
Title: Huntingdonshire
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
15/09/2025
V.2.2) Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
MORELIFE (UK) LTD
07107520
Chruchwood Hall, Headingley
Leeds
LS6 3QJ
UK
NUTS: UKE42
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 1 868 320.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 5
Title: South Cambridgeshire
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
15/09/2025
V.2.2) Information about tenders
Number of tenders received: 4
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
MORELIFE (UK) LTD
07107520
Chruchwood Hall, Headingley
Leeds
LS6 3QJ
UK
NUTS: UKE42
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 1 627 096.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 6
Title: Centralised Support Function
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
15/09/2025
V.2.2) Information about tenders
Number of tenders received: 4
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
MORELIFE (UK) LTD
07107520
Chruchwood Hall, Headingley
Leeds
LS6 3QJ
UK
NUTS: UKE42
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 3 798 702.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
This is a Provider Selection Regime (PSR) intention to award notice. The awarding of the contracts 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 the Procurement Act 2023 do not apply to this award.
The publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by midnight at the end of the 30th of September 2025.
The contracts have not yet formally been awarded; this notice serves as an intention to award contracts under the competitive process of the PSR.
Written representations should be sent to thomas.clarke@cambridgeshire.gov.uk
Award decision makers:
Award of contract was approved by Cambridgeshire County Council's Executive Director for Adults, Health and Commissioning
Conflicts of Interest:
No conflicts of interest were declared prior to, or during, the preparation of the tender excise, the evaluation or moderation period or the award of the contract.
Relative importance of the key criteria:
The decision was made through an evaluation methodology covering the 5 criterion for each Lot. For all Lots, the greatest weighting were applied to quality and innovation and value.
Quality and Innovation was weighted highly as it was imperative that due to the nature of the service specification and expectations regarding delivery requirements, quality is considered the most important component.
This was followed by value to ensure that the service will be delivered within the available financial envelope and for the bidder to provide the local authorities with assurances that there will be robust financial and performance monitoring.
Added value was considered though social value, recognising the importance of a providers wider contribution to the Authority's ambitions and benefits to local residents.
Lot 1
The preferred supplier obtained the highest scoring combined across the five key criteria:
Quality & Innovation: 27.30 out of 35;
Value: 29.77 out of 30;
Integration, collaboration and service sustainability: 5.60 out of 7;
Improving access, reducing health inequalities & facilitating choice: 15.4 out of 17.5;
Social value: 9.8 out of 10.5.
Total score: 87.87%
Lot 2
The preferred supplier obtained the highest scoring combined across the five key criteria:
Quality & Innovation: 27.30 out of 35;
Value: 30 out of 30;
Integration, collaboration and service sustainability: 5.60 out of 7;
Improving access, reducing health inequalities & facilitating choice: 15.4 out of 17.5;
Social value: 9.8 out of 10.5.
Total score: 88.10%
Lot 3
The preferred supplier obtained the highest scoring combined across the five key criteria:
Quality & Innovation: 27.30 out of 35;
Value: 30 out of 30;
Integration, collaboration and service sustainability: 5.60 out of 7;
Improving access, reducing health inequalities & facilitating choice: 14 out of 17.5;
Social value: 9.8 out of 10.5.
Total score: 86.70%
Lot 4
The preferred supplier obtained the highest scoring combined across the five key criteria:
Quality & Innovation: 27.30 out of 35;
Value: 28.29 out of 30;
Integration, collaboration and service sustainability: 5.60 out of 7;
Improving access, reducing health inequalities & facilitating choice: 14 out of 17.5;
Social value: 9.8 out of 10.5.
Total score: 84.99%
Lot 5
The preferred supplier obtained the highest scoring combined across the five key criteria:
Quality & Innovation: 27.30 out of 35;
Value: 28.89 out of 30;
Integration, collaboration and service sustainability: 5.60 out of 7;
Improving access, reducing health inequalities & facilitating choice: 14 out of 17.5;
Social value: 9.8 out of 10.5.
Total score: 85.59%
Lot 6
The preferred supplier obtained the highest scoring combined across the five key criteria:
Quality & Innovation: 37.10 out of 49;
Value: 27.64 out of 30;
Integration, collaboration and service sustainability: 8.40 out of 10.50;
Improving access, reducing health inequalities & facilitating choice: 2.80 out of 3.50;
Social value: 5.60 out of 7.
Total score: 81.54%
VI.4) Procedures for review
VI.4.1) Review body
Cambridgeshire County Council
New Shire Hall, Emery Crescent, Alconbury Weald
Huntingdon
PE28 4YE
UK
VI.5) Date of dispatch of this notice
17/09/2025