Section one: Contracting authority
one.1) Name and addresses
The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)
1 South Gyle Crescent
Edinburgh
EH12 9EB
Telephone
+44 7816119866
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
http://www.nss.nhs.scot/browse/procurement-and-logistics
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
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
www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
National Digital Type 2 Diabetes Remission Programme
Reference number
NP510225
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Scotland wishes to implement a single supplier Framework Agreement for the provision of a National Digital Type 2 Diabetes Remission Programme for Total Diet Replacement (TDR) products and associated Peripherals as well as c. 3000 behavioural interventions for service users (calculated over the initial 3-years of the Framework term) across Scotland. The Framework Agreement will be for a 4 year period.
The Contracting Authority and all NHS Scotland Health Boards or Special Health Boards constituted pursuant to the National Health Service (Scotland) Act 1978 will be entitled to call off the Framework Agreement.
two.1.5) Estimated total value
Value excluding VAT: £5,600,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 98334000 - Wellness services
- 15882000 - Dietetic products
- 80000000 - Education and training services
- 85312320 - Counselling services
- 85312310 - Guidance services
- 85140000 - Miscellaneous health services
- 85323000 - Community health services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Locations throughout NHS Scotland
two.2.4) Description of the procurement
The Common Services Agency (more commonly known as National Services Scotland) (‘NSS’) acting through its division National Procurement, is undertaking this procurement of the supply and delivery of the provision of a National Digital Type 2 Diabetes Remission Programme. The programme will support eligible individuals with type 2 diabetes in achieving remission through a structured, digitally delivered intervention. It will be delivered in three phases:
Total Diet Replacement (TDR): 12–20 weeks
Food Reintroduction: 6–12 weeks
Weight Loss Maintenance: Up to 12 months
The Framework Agreement will be for a 4 year period.
The Service aims to deliver a National Digital Type 2 Diabetes Remission Programme. Total Diet Replacement (TDR) is expected to be with shakes and soups (delivered directly to a Service Users home). A range of digital services (app-based / online delivery models) are expected to support the Food Re-introduction and Weight Loss Maintenance phases with flexibility to allow service users to repeat stages of the intervention as determined by Healthcare professionals.
The proposed framework will aim to support adults living with Type 2 Diabetes who meet clinically appropriate eligibility criteria, through digitally delivered weight management and lifestyle behaviour change interventions that support remission of Type 2 Diabetes and improve metabolic health.
Scope of Services to include:
-A fully digital application offering personalised behavioural support, weight management, nutritional education, and physical activity guidance.
-Real-time support sessions from Health Coach (digitally).
-Tracking of food and drink intake, weight, blood pressure, blood glucose, exercise.
-Clinical oversight and data integration capabilities (where appropriate) with NHS Scotland systems.
-Culturally appropriate and inclusive service design to meet the needs of Scotland’s diverse population.
-Demonstrable outcomes in line with Scottish clinical standards e.g., SIGN 172 guidelines.
-Evidence of scalability, user engagement, data privacy compliance, and robust outcome tracking.
The successful Framework Provider will be expected to use and/or integrate with NHS Scotland systems in provision of its services and its direct relationship with Primary Care and the National Diabetes Remission Team (NDRT).
Such systems include, for example, a referral management system (SCI Gateway), and middleware platforms (National Digital Platform/National Integration Platform) to facilitate GP and Health Board interactions, and for provision of data reporting.
Phase 1: Digital Solution requires implementation to be complete for January 2026: As per Appendix 1 (Statement of Requirements) of the Invitation To Tender (ITT) and in particular Solution Architecture referenced at Annex 9. This first phase of the programme requires Framework Participants to obtain direct access to NHS Scotland’s Referral System. It is expected that Primary Care Clinicians will refer eligible Service Users to the Framework Participant via a SCI Gateway referral using a pre-designed referral protocol. This will require the Framework Participant to have a SWAN connection to allow the Framework Participant to sign in to SCI Gateway which is only available on SWAN.
Phase 2: Post January 2026 and subject to programme success and securing business as usual (BAU) funding, NHS Scotland may look to develop tighter technical integrations with the Framework Participant to automate more of the end-to-end process.
two.2.5) Award criteria
Quality criterion - Name: Non-Functional Requirements / Weighting: 47
Quality criterion - Name: Functional Requirements / Weighting: 8
Quality criterion - Name: Implementation / Weighting: 5
Quality criterion - Name: Demonstrations / Weighting: 5
Quality criterion - Name: Sustainability / Weighting: 5
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £5,600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
two.2.14) Additional information
During the term of the Framework Agreement, NHS Scotland reserves the right, should funding become available, to increase the volume of service users. For example, additional purchases may be made which exceed the level of funding currently secured based on project success which supports wider use.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders are required to provide statement of accounts or extracts relating to their business for the previous 3 years.
Where any risks identified by NSS as part of the due diligence carried out on the above information NSS may require Bidders to provide additional information to demonstrate financial standing.
Bidders who cannot provide suitable evidence of a secure financial standing may be excluded from the procurement.
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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 a single operator
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-020635
four.2.2) Time limit for receipt of tenders or requests to participate
Date
19 August 2025
Local time
10:00am
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
19 August 2025
Local time
10:00am
Place
National Services Scotland, National Procurement via PCS-T
Information about authorised persons and opening procedure
National Services Scotland, National Procurement via PCS-T
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The Framework Agreement will be for a 4-year period, however only three (3) years funding is currently secured. The estimated values at Section II.1.5 and Section II.2.6 are an estimate of the total value over the full 4-year period of the Framework Agreement.
During the term of the Framework Agreement. NHS Scotland reserves the right, should funding become available, to increase the volume of service users (current estimate of 3000 over the initial 3-years of the Framework Agreement term) who may access the Programme. For example, additional purchases may be made which exceed the level of funding currently secured as a result of clinical and service outcomes and benefits which support wider use.
It is not anticipated that this would alter the overall nature or scope of the contract, only additional volume of referrals.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29109. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the
Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
This framework will not be Sub-contracted.
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
The Statement of Requirements will detail the Community
Benefit background and objectives. The contract will mandate that suppliers respond in its tender outlining current Community Benefits
and proposals if successful and mandating that they support the overall Community Benefit concept and process including a contract and
supplier management process post award.
(SC Ref:801586)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House
27 Chamber Street
Edinburgh
EH1 1LB
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The authority will notify economic operators who submitted a tender or (where no deselection notification has previously been made)
applied to be selected to tender, of its decision to award the framework agreement which notification will contain among other information,
a summary of the reasons why the economic operator was unsuccessful. The notification will incorporate a ‘standstill period’ of a
minimum of 10 clear calendar days (or a minimum of 15 if the communication method used is not electronic) between the date on which
the authority despatches the notice(s) and the date on which the authority proposes to conclude the relevant framework agreement. The
bringing of court proceedings against the authority during the standstill period will automatically continue the prohibition on entering into
the framework agreement until the court proceedings are determined, discontinued or disposed of, or the court, by interim order, brings to
an end the prohibition. The remedies that may be awarded by the courts before the framework agreement has been entered into include the
setting aside of the decision to award the framework agreement to the winning tenderer(s). The bringing of court proceedings against the
authority after the framework agreement has been entered into will not affect the framework agreement unless grounds for the imposition
of special penalties under the Public Contracts (Scotland) Regulations 2015 can be established. Otherwise the remedies that may be
awarded by the courts where the framework agreement has been entered into are limited to the award of damages. Economic operators are
entitled to write to the authority after receipt of the notification should they require further clarification. The authority will respond within
15 days of such a written request, but it should be noted that receipt by the authority of such request during the standstill period may not
prevent the authority from awarding the framework agreement following the expiry of the standstill period. Economic operators should
approach the contracting authority in the first instance. However, the only formal remedy is to apply to the courts: An economic operator
that suffers or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts(Scotland) Regulations 2015
or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session.
six.4.4) Service from which information about the review procedure may be obtained
Court of Session
Parliament House, Parliament Square
Edinburgh
EH1 1RQ
Country
United Kingdom