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
england.commercialqueries@nhs.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
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
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
generaloffice@administrativecourtoffice.justice.gov.uk
Country
United Kingdom