Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

NHS Digital Weight Management Programme

  • Cyhoeddwyd gyntaf: 11 Awst 2025
  • Wedi'i addasu ddiwethaf: 11 Awst 2025
  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Eicon Gwybodaeth

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Eicon Gwybodaeth
Rydych yn gweld hysbysiad sydd wedi dod i ben.

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-054483
Cyhoeddwyd gan:
NHS England
ID Awudurdod:
AA20005
Dyddiad cyhoeddi:
11 Awst 2025
Dyddiad Cau:
05 Medi 2025
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

NHS England are looking to re-procure the NHS Digital Weight Management Programme utilising the Provider Selection Regime, through a competitive process.<br/><br/>The NHS Digital Weight Management Programme is a NHSE commissioned programme, offered on a national footprint to patients who meet the eligibility criteria (BMI 30+ with identified comorbidities hypertension & diabetes). The Programme runs as an adjunct to locally commissioned weight management services and as a nationally available tailored offer within the obesity weight management pathway.<br/><br/>It is anticipated that the procurement will include the following 3 Lots:<br/><br/>Lot 1. Providing access to a self-directed digital weight management programme.<br/>Lot 2. Providing access to a digital weight management programme with access to 50 minutes of individual coaching per Service User.<br/>Lot 3. Providing access to a digital weight management programme with access to 100 minutes of individual coaching per Service User, specific tailoring of the service for identified groups experiencing health inequalities and do not routinely engage with weight management programmes.<br/><br/>The NHS Digital Weight Management Programme will deliver a behavioural lifestyle intervention to service users living with obesity over a 12-week (84 days) period. The service will be expected to deliver specific key elements, which will include:<br/><br/> Dietary/nutritional advice and content consistent Government Dietary requirements [England] published guidelines.<br/> Physical activity advice and content in line with Chief Medical Officer [England]} Physical Activity Guidelines.<br/> Programme delivered by a recognised behaviour change methodology to support weight management and adoption of a healthy lifestyle.<br/> Reporting on Service User (patients) progress to include:<br/>- weight recordings<br/>- engagement with weight management content<br/>- physical activity engagement<br/>- coaching engagement *<br/><br/>*Where applicable for Lot 2 & 3.<br/><br/>The anticipated value across the 3 Lots is £21,100,000, with a maximum of 9 awarded contracts. The initial term will be 27 months with the potential 12 + 12 month extension. The maximum term of 51 months in total with a maximum value of £42,000,000.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

NHS England

7&8 Wellington Place

Leeds

LS1 4AP

UK

Person cyswllt: Leigh Parker

E-bost: leigh.parker1@nhs.net

NUTS: UKE

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.england.nhs.uk//

Cyfeiriad proffil y prynwr: https://www.england.nhs.uk//

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://health-family.force.com/s/Welcome


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://health-family.force.com/s/Welcome


Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:


Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:

https://health-family.force.com/s/Welcome


I.4) Y math o awdurdod contractio

Corff a lywodraethir gan gyfraith gyhoeddus

I.5) Prif weithgaredd

Iechyd

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

NHS Digital Weight Management Programme

Cyfeirnod: C370612

II.1.2) Prif god CPV

85100000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

NHS England are looking to re-procure the NHS Digital Weight Management Programme utilising the Provider Selection Regime, through a competitive process.<br/><br/>The NHS Digital Weight Management Programme is a NHSE commissioned programme, offered on a national footprint to patients who meet the eligibility criteria (BMI 30+ with identified comorbidities hypertension & diabetes). The Programme runs as an adjunct to locally commissioned weight management services and as a nationally available tailored offer within the obesity weight management pathway.<br/><br/>It is anticipated that the procurement will include the following 3 Lots:<br/><br/>Lot 1. Providing access to a self-directed digital weight management programme.<br/>Lot 2. Providing access to a digital weight management programme with access to 50 minutes of individual coaching per Service User.<br/>Lot 3. Providing access to a digital weight management programme with access to 100 minutes of individual coaching per Service User, specific tailoring of the service for identified groups experiencing health inequalities and do not routinely engage with weight management programmes.<br/><br/>The NHS Digital Weight Management Programme will deliver a behavioural lifestyle intervention to service users living with obesity over a 12-week (84 days) period. The service will be expected to deliver specific key elements, which will include:<br/><br/> Dietary/nutritional advice and content consistent Government Dietary requirements [England] published guidelines.<br/> Physical activity advice and content in line with Chief Medical Officer [England]} Physical Activity Guidelines.<br/> Programme delivered by a recognised behaviour change methodology to support weight management and adoption of a healthy lifestyle.<br/> Reporting on Service User (patients) progress to include:<br/>- weight recordings<br/>- engagement with weight management content<br/>- physical activity engagement<br/>- coaching engagement *<br/><br/>*Where applicable for Lot 2 & 3.<br/><br/>The anticipated value across the 3 Lots is £21,100,000, with a maximum of 9 awarded contracts. The initial term will be 27 months with the potential 12 + 12 month extension. The maximum term of 51 months in total with a maximum value of £42,000,000.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 42 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

Gellir cyflwyno tendrau ar gyfer pob lot

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Lot 1 - Digital Content only

II.2.2) Cod(au) CPV ychwanegol

85100000

75200000

85140000

85312310

85323000

85312320

98000000

98334000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

The NHS Digital Weight Management Programme is the first nationally available NHS England commissioned service supporting adults living with obesity to manage their weight. The Programme provides weight management services in primary care for adults living with obesity.<br/><br/>It is exclusively delivered via digital means to enable Service Users to access at a time which is convenient. The on-demand nature of the Programme has enabled Service Users to access content at a time and place convenient to them, and revisit topics to refresh their knowledge. The programme is generating an evidence base for remote weight management services which are more likely to be accessed by younger (working age) people whilst maintaining comparable results to face-to-face weight management services.<br/>The programme has been designed to offer service users a personalised level of intervention to support them manage their weight, improve quality of life and improve longer term health outcomes. It works alongside and does not replace existing weight management services funded by local authorities.<br/><br/>With three levels of support and a choice of providers, it is designed to offer service users a personalised level of support to help them manage their weight and improve longer term health outcomes.<br/><br/>This Lot is for Access to digital content only. Intended for motivated individuals who are more likely to complete weight management services .<br/><br/>The anticipated value across Lot 1 is £8,500,000, with 3 contracts awarded. The initial term will be 27 months with the potential 12 + 12 month extension. The maximum term of 51 months in total with a maximum value of £17,000,000.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 50

Maes prawf ansawdd: Social Value & Sustainability / Pwysoliad: 10

Price / Pwysoliad:  40

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 17 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Dechrau: 01/01/2026

Diwedd: 31/03/2028

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

Optional extensions to the contract term of 12+12 months.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

As part of this process NHS England 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/>NHS England will be using an Atamis, the NHS England eTendering system for this procurement exercise. For further information, the ITT documentation can be found via the 'Live Opportunities' list on the e-tendering system at the following link:<br/><br/>The procurement will be assessed through a gateway process and will be assessed as follows:<br/><br/>Gateway 1 - Compliance checks to ensure tenders are completed as per the ITT instructions.<br/>Gateway 2 - This is split into two stages evaluating the Basic Selection Critiera. Stage 1 - The Selection Questionnaire are evaluated on a Pass/Fail or For Information only basis and can be found in Schedule 3. Stage 2 - The Shortlisting Questions are evaluated on a Pass/ Fail basis and sub criteria can be found in Schedule 4. <br/>Gateway 3 - This will be the evaluation of the Quality and Commercial envelope which contains The Key Criteria questions and can be found in Schedule 5 ( Quality Envelope) and Schedule 6 ( Commercial Envelope). <br/><br/>The Key Criteria questions are evaluated as follows:<br/><br/>Quality Envelope ( Lot 1 - Digital content only )<br/>Key Criteria 1: Integration, Collaboration and Services Sustainability : 22% which includes;<br/>Mobilisation (5%)<br/>Capacity and Expansion (5%)<br/>Workforce & Training (3%)<br/>Management and quality of data (3%)<br/>Service management (3%)<br/>Quality Assurance & Governance (3%)<br/><br/>Key Criteria 2 : Improving Access, Reducing Health inequality and Facilitating Choice (12%) which includes;<br/>Maximising Service Uptake, Engagement and Post-Intervention weight maintenance for a range of different patients (4%)<br/>Reducing health inequalities to under served communities (8%)<br/><br/>Key Criteria 3 : Quality and Innovation ( 16%) which includes;<br/>Delivery Approach (8%)<br/>Service/ Programme Schedule and Content (8%)<br/><br/>Key Criteria 4 : Sustainability & Social Value (10%) which includes;<br/>Sustainable procurement practices (5%)<br/>Increasing productivity through physical and mental wellbeing: in the supply chain and communities in the relevant area (3%)<br/>Creating a pipeline of opportunities for the contract workforce, reducing barriers to entry for under-represented groups (2%)<br/><br/>Commercial Envelope ( For all Lots)<br/>Key Criteria 5: Value : 40%<br/><br/>Only bids which pass compliance checks in accordance with the ITT instructions will proceed to be evaluated at Gateway 2. Only bids which Pass all Selection Questionnaire questions and Shortlisting Questions will proceed to Gateway 3. The services will be awarded to the 3 Suppliers that pass all Gateway stages and achieve the highest combined score from the Quality and Commercial Envelope for Lot 1.

Rhif y Lot 2

II.2.1) Teitl

Lot 2 - Digital Content with 50 minutes of human coaching per service user

II.2.2) Cod(au) CPV ychwanegol

85100000

75200000

85140000

85312310

85323000

85312320

98000000

98334000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

The NHS Digital Weight Management Programme is the first nationally available NHS England commissioned service supporting adults living with obesity to manage their weight. The Programme provides weight management services in primary care for adults living with obesity.<br/><br/>It is exclusively delivered via digital means to enable Service Users to access at a time which is convenient. The on-demand nature of the Programme has enabled Service Users to access content at a time and place convenient to them, and revisit topics to refresh their knowledge. The programme is generating an evidence base for remote weight management services which are more likely to be accessed by younger (working age) people whilst maintaining comparable results to face-to-face weight management services.<br/>The programme has been designed to offer service users a personalised level of intervention to support them manage their weight, improve quality of life and improve longer term health outcomes. It works alongside and does not replace existing weight management services funded by local authorities.<br/><br/>With three levels of support and a choice of providers, it is designed to offer service users a personalised level of support to help them manage their weight and improve longer term health outcomes.<br/><br/>This Lot is for access to digital content, plus access to a minimum of 50 minutes of human coaching. Intended for participants with demographic factors indicating that they are less likely to successfully complete a weight management programme of this nature and who may benefit from additional human coaching to support them to complete the Programme .<br/><br/>The anticipated value across Lot 2 is £6,100,000, with 3 contracts awarded. The initial term will be 27 months with the potential 12 + 12 month extension. The maximum term of 51 months in total with a maximum value of £12,000,000.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 50

Maes prawf ansawdd: Social Value & Sustainability / Pwysoliad: 10

Price / Pwysoliad:  40

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 12 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Dechrau: 01/01/2026

Diwedd: 31/03/2028

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

Optional extensions to the contract term of 12+12 months.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

As part of this process NHS England 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/>NHS England will be using an Atamis, the NHS England eTendering system for this procurement exercise. For further information, the ITT documentation can be found via the 'Live Opportunities' list on the e-tendering system at the following link:<br/><br/>The procurement will be assessed through a gateway process and will be assessed as follows:<br/><br/>Gateway 1 - Compliance checks to ensure tenders are completed as per the ITT instructions.<br/>Gateway 2 - This is split into two stages evaluating the Basic Selection Criteria. Stage 1 - The Selection Questionnaire are evaluated on a Pass/Fail or For Information only basis and can be found in Schedule 3. Stage 2 - The Shortlisting Questions are evaluated on a Pass/ Fail basis and sub criteria can be found in Schedule 4. <br/>Gateway 3 - This will be the evaluation of the Quality and Commercial envelope which contains The Key Criteria questions and can be found in Schedule 5 ( Quality Envelope) and Schedule 6 ( Commercial Envelope). <br/><br/>The Key Criteria questions are evaluated as follows:<br/><br/>Quality Envelope ( Lot 2 - Digital Content with 50 minutes of human coaching per service user )<br/><br/>Key Criteria 1: Integration, Collaboration and Services Sustainability : 18% which includes;<br/>Mobilisation (4%)<br/>Capacity and Expansion (4%)<br/>Workforce & Training (3%)<br/>Management and quality of data (3%)<br/>Service Management (2%)<br/>Quality Assurance & Governance (2%)<br/><br/>Key Criteria 2 : Improving Access, Reducing Health inequality and Facilitating Choice (13%) which includes;<br/>Maximising Service Uptake, Engagement and Post-Intervention weight maintenance for a range of different patients (3%)<br/>Reducing health inequalities and tailoring to underrepresented populations (10%)<br/><br/>Key Criteria 3 : Quality and Innovation ( 19%) which includes;<br/>Delivery Approach (7%)<br/>Service/ Programme Schedule and Content (7%)<br/>Coaching Support and individual tailoring (5%)<br/><br/>Key Criteria 4 : Sustainability & Social Value (10%) which includes;<br/>Sustainable procurement practices (5%)<br/>Increasing productivity through physical and mental well being: in the supply chain and communities in the relevant area. (3%)<br/>Creating a pipeline of opportunities for the contract workforce, reducing barriers to entry for under-represented groups (2%)<br/><br/>Commercial Envelope <br/>Key Criteria 5: Value : 40%<br/><br/>Only bids which pass compliance checks in accordance with the ITT instructions will proceed to be evaluated at Gateway 2. Only bids which Pass all Selection Questionnaire questions and Shortlisting Questions will proceed to Gateway 3. The services will be awarded to the 9 Suppliers that pass all Gateway stages and achieve the highest combined score from the Quality and Commercial Envelope.

Rhif y Lot 3

II.2.1) Teitl

Lot 3 - Digital Content with 100 minutes of human coaching per service user

II.2.2) Cod(au) CPV ychwanegol

85100000

75200000

85140000

85312310

85323000

85312320

98000000

98334000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

The NHS Digital Weight Management Programme is the first nationally available NHS England commissioned service supporting adults living with obesity to manage their weight. The Programme provides weight management services in primary care for adults living with obesity.<br/><br/>It is exclusively delivered via digital means to enable Service Users to access at a time which is convenient. The on-demand nature of the Programme has enabled Service Users to access content at a time and place convenient to them, and revisit topics to refresh their knowledge. The programme is generating an evidence base for remote weight management services which are more likely to be accessed by younger (working age) people whilst maintaining comparable results to face-to-face weight management services.<br/>The programme has been designed to offer service users a personalised level of intervention to support them manage their weight, improve quality of life and improve longer term health outcomes. It works alongside and does not replace existing weight management services funded by local authorities.<br/><br/>With three levels of support and a choice of providers, it is designed to offer service users a personalised level of support to help them manage their weight and improve longer term health outcomes.<br/><br/>Lot 3- Access to digital content, plus access to a minimum of 100 minutes of human coaching, and additional features such as supported on-boarding intended for those who are less likely to successfully complete a weight management programme of this nature. This intervention level offers a more personalised and supported journey with intensive human support and enables individual tailoring for groups experiencing health inequalities.<br/><br/>The anticipated value across Lot 3 is £6,500,000, with 3 contracts awarded. The initial term will be 27 months with the potential 12 + 12 month extension. The maximum term of 51 months in total with a maximum value of £13,000,000.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 50

Maes prawf ansawdd: Social Value & Sustainability / Pwysoliad: 10

Price / Pwysoliad:  40

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 13 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Dechrau: 01/01/2025

Diwedd: 31/03/2028

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

Optional extensions to the contract term of 12+12 months.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

As part of this process NHS England 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/>NHS England will be using an Atamis, the NHS England eTendering system for this procurement exercise. For further information, the ITT documentation can be found via the 'Live Opportunities' list on the e-tendering system at the following link:<br/><br/>The procurement will be assessed through a gateway process and will be assessed as follows:<br/><br/>Gateway 1 - Compliance checks to ensure tenders are completed as per the ITT instructions.<br/>Gateway 2 - This is split into two stages evaluating the Basic Selection Criteria. Stage 1 - The Selection Questionnaire are evaluated on a Pass/Fail or For Information only basis and can be found in Schedule 3. Stage 2 - The Shortlisting Questions are evaluated on a Pass/ Fail basis and sub criteria can be found in Schedule 4. <br/>Gateway 3 - This will be the evaluation of the Quality and Commercial envelope which contains The Key Criteria questions and can be found in Schedule 5 ( Quality Envelope) and Schedule 6 ( Commercial Envelope). <br/><br/>The Key Criteria questions are evaluated as follows:<br/><br/>Quality Envelope ( Lot 3 - Digital Content with 100 minutes of human coaching per service user )<br/>Key Criteria 1: Integration, Collaboration and Services Sustainability : 18% which includes;<br/>Mobilisation (4%)<br/>Capacity and Expansion (4%)<br/>Workforce & Training (3%)<br/>Management and quality of data (3%)<br/>Service Management (2%)<br/>Quality Assurance & Governance (2%)<br/><br/>Key Criteria 2 : Improving Access, Reducing Health inequality and Facilitating Choice (13%) which includes;<br/>Maximising Service Uptake, Engagement and Post-Intervention weight maintenance for a range of different patients (3%)<br/>Reducing health inequalities and tailoring to underrepresented populations (10%)<br/><br/>Key Criteria 3 : Quality and Innovation ( 19%) which includes;<br/>Delivery Approach (7%)<br/>Service/ Programme Schedule and Content (7%)<br/>Coaching Support and individual tailoring (5%)<br/><br/>Key Criteria 4 : Sustainability & Social Value (10%) which includes;<br/>Sustainable procurement practices (5%)<br/>Increasing productivity through physical and mental well being: in the supply chain and communities in the relevant area. (3%)<br/>Creating a pipeline of opportunities for the contract workforce, reducing barriers to entry for under-represented groups. (2%)<br/><br/>Commercial Envelope <br/>Key Criteria 5: Value : 40%<br/><br/>Only bids which pass compliance checks in accordance with the ITT instructions will proceed to be evaluated at Gateway 2. Only bids which Pass all Selection Questionnaire questions and Shortlisting Questions will proceed to Gateway 3. The services will be awarded to the 9 Suppliers that pass all Gateway stages and achieve the highest combined score from the Quality and Commercial Envelope.

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

Applicants will be assessed in accordance with the Provider Selection Regime (2023) on the basis of the information provided in response to the Selection Questionnaire and the Shortlisting Envelope ( assessment gateway 2).

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Selection criteria as stated in the procurement documents.


III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Selection criteria as stated in the procurement documents.


III.2) Amodau sy’n gysylltiedig â’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2025/S 000-030617

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 05/09/2025

Amser lleol: 12:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 3  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 06/08/2025

Amser lleol: 12:00

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.3) Gwybodaeth ychwanegol

As part of this process NHS England 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/>NHS England will be using an Atamis, the NHS England eTendering system for this procurement exercise. For further information, the ITT documentation can be found via the 'Live Opportunities' list on the e-tendering system at the following link:<br/><br/>The procurement will be assessed through a gateway process and will be assessed as follows:<br/><br/>Gateway 1 - Compliance checks to ensure tenders are completed as per the ITT instructions.<br/>Gateway 2 - This is split into two stages evaluating the Basic Selection Critiera. Stage 1 - The Selection Questionnaire are evaluated on a Pass/Fail or For Information only basis and can be found in Schedule 3. Stage 2 - The Shortlisting Questions are evaluated on a Pass/ Fail basis and sub criteria can be found in Schedule 4. <br/>Gateway 3 - This will be the evaluation of the Quality and Commercial envelope which contains The Key Criteria questions and can be found in Schedule 5 ( Quality Envelope) and Schedule 6 ( Commercial Envelope). <br/><br/>The Key Criteria questions are evaluated as follows:<br/><br/>Quality Envelope ( Lot 1 - Digital content only )<br/>Key Criteria 1: Integration, Collaboration and Services Sustainability : 22% which includes;<br/>Mobilisation (5%)<br/>Capacity and Expansion (5%)<br/>Workforce & Training (3%)<br/>Management and quality of data (3%)<br/>Service management (3%)<br/>Quality Assurance & Governance (3%)<br/><br/>Key Criteria 2 : Improving Access, Reducing Health inequality and Facilitating Choice (12%) which includes;<br/>Maximising Service Uptake, Engagement and Post-Intervention weight maintenance for a range of different patients (4%)<br/>Reducing health inequalities to under served communities (8%)<br/><br/>Key Criteria 3 : Quality and Innovation ( 16%) which includes;<br/>Delivery Approach (8%)<br/>Service/ Programme Schedule and Content (8%)<br/><br/>Key Criteria 4 : Sustainability & Social Value (10%) which includes;<br/>Sustainable procurement practices (5%)<br/>Increasing productivity through physical and mental well being: in the supply chain and communities in the relevant area (3%)<br/>Creating a pipeline of opportunities for the contract workforce, reducing barriers to entry for under-represented groups (2%)<br/><br/>Quality Envelope ( Lot 2 - Digital Content with 50 minutes of human coaching per service user )<br/><br/>Key Criteria 1: Integration, Collaboration and Services Sustainability : 18% which includes;<br/>Mobilisation (4%)<br/>Capacity and Expansion (4%)<br/>Workforce & Training (3%)<br/>Management and quality of data (3%)<br/>Service Management (2%)<br/>Quality Assurance & Governance (2%)<br/><br/>Key Criteria 2 : Improving Access, Reducing Health inequality and Facilitating Choice (13%) which includes;<br/>Maximising Service Uptake, Engagement and Post-Intervention weight maintenance for a range of different patients (3%)<br/>Reducing health inequalities and tailoring to underrepresented populations (10%)<br/><br/>Key Criteria 3 : Quality and Innovation ( 19%) which includes;<br/>Delivery Approach (7%)<br/>Service/ Programme Schedule and Content (7%)<br/>Coaching Support and individual tailoring (5%)<br/><br/>Key Criteria 4 : Sustainability & Social Value (10%) which includes;<br/>Sustainable procurement practices (5%)<br/>Increasing productivity through physical and mental well being: in the supply chain and communities in the relevant area. (3%)<br/>Creating a pipeline of opportunities for the contract workforce, reducing barriers to entry for under-represented groups (2%)<br/><br/>Quality Envelope ( Lot 3 - Digital Content with 100 minutes of human coaching per service user )<br/>Key Criteria 1: Integration, Collaboration and Services Sustainability : 18% which includes;<br/>Mobilisation (4%)<br/>Capacity and Expansion (4%)<br/>Workforce & Training (3%)<br/>Management and quality of data (3%)<br/>Service Management (2%)<br/>Quality Assurance & Governance (2%)<br/><br/>Key Criteria 2 : Improving Access, Reducing Health inequality and Facilitating Choice (13%) which includes;<br/>Maximising Service Uptake, Engagement and Post-Intervention weight maintenance for a range of different patients (3%)<br/>Reducing health inequalities and tailoring to underrepresented populations (10%)<br/><br/>Key Criteria 3 : Quality and Innovation ( 19%) which includes;<br/>Delivery Approach (7%)<br/>Sservice/ Programme Schedule and Content (7%)<br/>Coaching Support and individual tailoring (5%)<br/><br/>Key Criteria 4 : Sustainability & Social Value (10%) which includes;<br/>Sustainable procurement practices (5%)<br/>Increasing productivity through physical and mental well being: in the supply chain and communities in the relevant area. (3%)<br/>Creating a pipeline of opportunities for the contract workforce, reducing barriers to entry for under-represented groups. (2%)<br/><br/>Commercial Envelope ( For all Lots) <br/>Key Criteria 5: Value : 40%<br/><br/>Only bids which pass compliance checks in accordance with the ITT instructions will proceed to be evaluated at Gateway 2. Only bids which Pass all Selection Questionnaire questions and Shortlisting Questions will proceed to Gateway 3. The services will be awarded to the 9 Suppliers that pass all Gateway stages and achieve the highest combined score from the Quality and Commercial Envelope.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

The High Court

The Strand

London

WC2A 2LL

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

06/08/2025

Codio

Categorïau nwyddau

ID Teitl Prif gategori
75200000 Darparu gwasanaethau i’r gymuned Gwasanaethau gweinyddu, amddiffyn a nawdd cymdeithasol
85312320 Gwasanaethau cwnsela Gwasanaethau gwaith cymdeithasol heb lety
85312310 Gwasanaethau cyfarwyddyd Gwasanaethau gwaith cymdeithasol heb lety
98000000 Gwasanaethau cymunedol, cymdeithasol a phersonol eraill Gwasanaethau eraill
85100000 Gwasanaethau iechyd Gwasanaethau iechyd a gwaith cymdeithasol
85140000 Gwasanaethau iechyd amrywiol Gwasanaethau iechyd
85323000 Gwasanaethau iechyd cymunedol Gwasanaethau cymdeithasol
98334000 Gwasanaethau iechyd da Gwasanaethau llesiant corfforol

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
leigh.parker1@nhs.net
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.