Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS West Yorkshire Integrated Care Board
White Rose House, West Parade
Wakefield
WF1 1LT
UK
Contact person: Wendy Stanley
E-mail: wyicb-kirk.procurement@nhs.net
NUTS: UKE4
Internet address(es)
Main address: https://www.westyorkshire.icb.nhs.uk/
Address of the buyer profile: https://www.westyorkshire.icb.nhs.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://health-family.force.com/s/Welcome
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://health-family.force.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://health-family.force.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
Adult Disordered Eating Service - NHS West Yorkshire Integrated Care Board (Wakefield District Health and Care Partnership)
Reference number: C382292
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
NHS West Yorkshire Integrated Care Board (Wakefield District Health and Care Partnership) is seeking a provider to delivery an Adult Disordered Eating Service.<br/><br/>The Wakefield adult disordered eating service will provide targeted early intervention focused disordered eating support for adults 18+ and young adults who fall within the transitions age range of 16+ (in agreement with the CAMHS Children & Young People Eating Disorder Service).
II.1.5) Estimated total value
Value excluding VAT:
3 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKE45
II.2.4) Description of the procurement
NHS West Yorkshire Integrated Care Board (Wakefield District Health and Care Partnership) is seeking a provider to delivery an Adult Disordered Eating Service.<br/><br/>The Wakefield adult disordered eating service will provide targeted early intervention focused disordered eating support for adults 18+ and young adults who fall within the transitions age range of 16+ (in agreement with the CAMHS Children & Young People Eating Disorder Service).<br/><br/>The integrated service will offer both clinical & non-clinical support. Having a focus on early intervention and prevention, working to support people who fall within the gap that currently exists between our universal support in primary care and our regional West Yorkshire Tier 3+ CONNECT service.<br/><br/>The individuals supported are likely to have already required substantial clinical interventions, including hospital admissions, and, if not appropriately managed, face a high risk of severe mental and physical health deterioration. The focus will remain on addressing the complexity and underlying factors driving disordered eating behaviours, ensuring equitable access for those most in need.<br/><br/>The high-level objectives of the Wakefield Tier 2 disordered eating service are to:<br/><br/>• Increase the number of individuals in Wakefield being able to access support for disordered eating earlier.<br/>• Improvement in patient-reported outcomes (e.g., PROMs or quality-of-life measure)<br/>• Reduction in hospital admissions related to disordered eating.<br/>• Reduction in out of area placements<br/>• Enhanced access and outcomes for underserved populations/ groups<br/><br/>The service will offer triage, assessment, care planning and intervention in line with NICE Guidance. Including but not limited to:<br/><br/>• Referrals to relevant external services, case holding and supporting individuals to access required interventions. Facilitating warm handovers and helping people navigate different service offers.<br/>• Access to psychological therapies<br/>• Support to access guided self-help as a first line intervention if appropriate<br/>• Input from experts by experience (peer support workers)<br/>• Support from occupational therapy<br/>• Support from dieticians<br/>• Support to access self-management and psychoeducation support.<br/><br/>The service must have clear pathways for individuals with comorbid conditions (e.g., substance misuse, trauma, personality disorders, or neurodiversity) and highly complex needs. Multidisciplinary collaboration should be emphasised to provide holistic and appropriate care for these individuals.<br/><br/>The service will need to operate using the “one front door” approach. This will mean that the partnerships, processes and approach when picking up referrals for individuals will need to be aligned to support a reduction in people being bounced around to different services and no rejected referrals.<br/><br/>The service will take a pro-active role in supporting wider organisations with this client group. This could include but not limited to; primary care, mental Health teams, acute services, community care, in-patient services and the VCSE.<br/><br/><br/>Contract term: 3 years + 2-year extension option, starting 1 April 2026.
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:
3 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2026
End:
31/03/2031
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:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
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. <br/><br/>If you would like to submit your interest for this service, please submit your response by registering on Atamis https://atamis-1928.my.site.com/loginand complete the requirements included in Project ref C382292 .<br/><br/>Once registered, potential providers will be able to complete and upload their submission.<br/><br/>Should Tenderers have any queries, or experience problems using the portal, <br/>please contact the Atamis helpdesk using the following details:<br/><br/>Phone: 0800 9956035<br/>E-mail: support-health@atamis.co.uk<br/><br/>NHS West Yorkshire Integrated Care Board has the right to withdraw this notice.
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.2.2) Time limit for receipt of tenders or requests to participate
Date:
29/10/2025
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: 12 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
29/10/2025
Local time: 13:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
WYICB PSR Review Panel
White Rose House, West Parade
Wakefield
WF1 1LT
UK
Internet address(es)
URL: https://www.westyorkshire.icb.nhs.uk/
VI.4.2) Body responsible for mediation procedures
NHS England Independent Patient Choice and Procurement Panel
London
London
SE1 8UG
UK
Internet address(es)
URL: https://www.england.nhs.uk/commissioning/how-commissioning-is-changing/nhs-provider-selection-regime/independent-patient-choice-and-procurement-panel/
VI.5) Date of dispatch of this notice
24/09/2025