Opportunity

National Diabetes Prevention Programme FW3

  • The NHS Commissioning Board (operating under the name of NHS England)

F02: Contract notice

Notice reference: 2021/S 000-023829

Published 24 September 2021, 2:18pm



Section one: Contracting authority

one.1) Name and addresses

The NHS Commissioning Board (operating under the name of NHS England)

2nd Floor, Rutland House

Runcorn

WA7 2ES

Contact

Procurement Manager

Email

england.commercialqueries@nhs.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

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

Buyer's address

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

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

http://health.atamis.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://health.atamis.co.uk

Tenders or requests to participate must be submitted to the above-mentioned 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

http://health.atamis.co.uk

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

National Diabetes Prevention Programme FW3

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS England will be seeking to appoint up to 5 providers to a new framework (Framework 3) to continue to deliver a behaviour change programme nationally, with the ability to offer face to face, digital (app web based) and remote (video/tele conferencing) service delivery.This new framework will also aim to:• Widen access and choice of prevention services, particularly for working age and younger cohorts, and individuals who experience health inequalities and inequity in access in communities;• Continue improving retention on interventions to maximise benefit;• Ensure continued universal availability of services for the benefit of eligible citizens;• Encourage innovation to improve quality and effectiveness of services; and• Achieve best value for money and sustainability of services.

two.1.5) Estimated total value

Value excluding VAT: £142,640,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85120000 - Medical practice and related services
  • 75200000 - Provision of services to the community
  • 85141000 - Services provided by medical personnel
  • 85140000 - Miscellaneous health services
  • 98300000 - Miscellaneous services
  • 98336000 - Training, workout or aerobic services
  • 80000000 - Education and training services
  • 85323000 - Community health services
  • 85312320 - Counselling services
  • 98334000 - Wellness services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

As part of the NDPP, NHS England wishes to re-procure a Framework Agreement with up to 5 (five) providers who are able to deliver services, anywhere in England, involving behavioural interventions aimed at preventing or delaying the onset of Type 2 diabetes in people with non-diabetic hyperglycemia (or pre-diabetes) or people with normoglycaemia with a previous history of gestational diabetes. The Framework Agreement will include an option for it to be extended for a further 12 months in addition to the initial 3 year term upon review. It is anticipated that between them, the providers will have the opportunity to bid on roughly 50% of ICS contracts to be awarded under the Framework Agreement by August 2022 with the following 50% expected to be awarded under the Framework Agreement from 2023. The providers awarded a Framework Agreement will deliver services as part of the NDPP, which delivers in the region of 200,000 behavioural interventions per annum. During the term, NHS England reserves the right, should funding become available, to increase the number of behavioural interventions per annum. The numbers of behavioural interventions may vary during the term of the Framework Agreement and these figures are estimates only, as precise quantities of likely purchases are unknown.The Services are healthcare services which fall under "social and other specific services" under the Public Contracts Regulations 2015 ("PCR"). NHS England is therefore only bound by the parts of the PCR that specifically apply to social and other specific services. As permitted by the PCR, during this procurement process, NHS England may (and reserves the right to) vary the award procedure for the Framework Agreement which may (but is not limited to) include having negotiation and/or dialogue with Bidders if required, in which case all Bidders would be notified. Services should be delivered by the Provider in accordance with the NDPP outcomes and core aims as detailed in the Specification.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £142,600,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 February 2022

End date

31 January 2025

This contract is subject to renewal

Yes

Description of renewals

3 years with an optional 1 year extension

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-014001

four.2.2) Time limit for receipt of tenders or requests to participate

Date

4 November 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.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)

four.2.7) Conditions for opening of tenders

Date

4 November 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

We are also hosting a virtual Specification familiarisation event including Atamis e-tendering guidance on 28th September 9-12:30. If you would like to attend this event please register your interest by emailing england.ndpp@nhs.netWe request that no more than 3 individuals attend from each organisation.

six.4) Procedures for review

six.4.1) Review body

The High Court

Strand

London

WC2A 2LL

Email

generaloffice@administrativecourtoffice.justice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/courts-tribunals

six.4.2) Body responsible for mediation procedures

The High Court

Strand

London

WC2A 2LL

Email

generaloffice@administrativecourtoffice.justice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/courts-tribunals