Tender

NHS Digital Weight Management Programme

  • NHS England

F02: Contract notice

Notice identifier: 2025/S 000-046509

Procurement identifier (OCID): ocds-h6vhtk-054483 (view related notices)

Published 6 August 2025, 1:04pm



Section one: Contracting authority

one.1) Name and addresses

NHS England

7&8 Wellington Place

Leeds

LS1 4AP

Contact

Leigh Parker

Email

leigh.parker1@nhs.net

Country

United Kingdom

Region code

UKE - Yorkshire and the Humber

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

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

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

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

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

NHS Digital Weight Management Programme

Reference number

C370612

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS England are looking to re-procure the NHS Digital Weight Management Programme utilising the Provider Selection Regime, through a competitive process.

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.

It is anticipated that the procurement will include the following 3 Lots:

Lot 1. Providing access to a self-directed digital weight management programme.
Lot 2. Providing access to a digital weight management programme with access to 50 minutes of individual coaching per Service User.
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.

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:

 Dietary/nutritional advice and content consistent Government Dietary requirements [England] published guidelines.
 Physical activity advice and content in line with Chief Medical Officer [England]} Physical Activity Guidelines.
 Programme delivered by a recognised behaviour change methodology to support weight management and adoption of a healthy lifestyle.
 Reporting on Service User (patients) progress to include:
- weight recordings
- engagement with weight management content
- physical activity engagement
- coaching engagement *

*Where applicable for Lot 2 & 3.

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.

two.1.5) Estimated total value

Value excluding VAT: £42,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1 - Digital Content only

Lot No

1

two.2.2) Additional CPV code(s)

  • 85100000 - Health services
  • 75200000 - Provision of services to the community
  • 85140000 - Miscellaneous health services
  • 85312310 - Guidance services
  • 85323000 - Community health services
  • 85312320 - Counselling services
  • 98000000 - Other community, social and personal services
  • 98334000 - Wellness services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

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.

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.
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.

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.

This Lot is for Access to digital content only. Intended for motivated individuals who are more likely to complete weight management services .

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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Quality criterion - Name: Social Value & Sustainability / Weighting: 10

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £17,000,000

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

Start date

1 January 2026

End date

31 March 2028

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: Yes

Description of options

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

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

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.

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:

The procurement will be assessed through a gateway process and will be assessed as follows:

Gateway 1 - Compliance checks to ensure tenders are completed as per the ITT instructions.
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.
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).

The Key Criteria questions are evaluated as follows:

Quality Envelope ( Lot 1 - Digital content only )
Key Criteria 1: Integration, Collaboration and Services Sustainability : 22% which includes;
Mobilisation (5%)
Capacity and Expansion (5%)
Workforce & Training (3%)
Management and quality of data (3%)
Service management (3%)
Quality Assurance & Governance (3%)

Key Criteria 2 : Improving Access, Reducing Health inequality and Facilitating Choice (12%) which includes;
Maximising Service Uptake, Engagement and Post-Intervention weight maintenance for a range of different patients (4%)
Reducing health inequalities to under served communities (8%)

Key Criteria 3 : Quality and Innovation ( 16%) which includes;
Delivery Approach (8%)
Service/ Programme Schedule and Content (8%)

Key Criteria 4 : Sustainability & Social Value (10%) which includes;
Sustainable procurement practices (5%)
Increasing productivity through physical and mental wellbeing: in the supply chain and communities in the relevant area (3%)
Creating a pipeline of opportunities for the contract workforce, reducing barriers to entry for under-represented groups (2%)

Commercial Envelope ( For all Lots)
Key Criteria 5: Value : 40%

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.

two.2) Description

two.2.1) Title

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

Lot No

2

two.2.2) Additional CPV code(s)

  • 85100000 - Health services
  • 75200000 - Provision of services to the community
  • 85140000 - Miscellaneous health services
  • 85312310 - Guidance services
  • 85323000 - Community health services
  • 85312320 - Counselling services
  • 98000000 - Other community, social and personal services
  • 98334000 - Wellness services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

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.

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.
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.

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.

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 .

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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Quality criterion - Name: Social Value & Sustainability / Weighting: 10

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £12,000,000

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

Start date

1 January 2026

End date

31 March 2028

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: Yes

Description of options

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

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

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.

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:

The procurement will be assessed through a gateway process and will be assessed as follows:

Gateway 1 - Compliance checks to ensure tenders are completed as per the ITT instructions.
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.
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).

The Key Criteria questions are evaluated as follows:

Quality Envelope ( Lot 2 - Digital Content with 50 minutes of human coaching per service user )

Key Criteria 1: Integration, Collaboration and Services Sustainability : 18% which includes;
Mobilisation (4%)
Capacity and Expansion (4%)
Workforce & Training (3%)
Management and quality of data (3%)
Service Management (2%)
Quality Assurance & Governance (2%)

Key Criteria 2 : Improving Access, Reducing Health inequality and Facilitating Choice (13%) which includes;
Maximising Service Uptake, Engagement and Post-Intervention weight maintenance for a range of different patients (3%)
Reducing health inequalities and tailoring to underrepresented populations (10%)

Key Criteria 3 : Quality and Innovation ( 19%) which includes;
Delivery Approach (7%)
Service/ Programme Schedule and Content (7%)
Coaching Support and individual tailoring (5%)

Key Criteria 4 : Sustainability & Social Value (10%) which includes;
Sustainable procurement practices (5%)
Increasing productivity through physical and mental well being: in the supply chain and communities in the relevant area. (3%)
Creating a pipeline of opportunities for the contract workforce, reducing barriers to entry for under-represented groups (2%)

Commercial Envelope
Key Criteria 5: Value : 40%

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.

two.2) Description

two.2.1) Title

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

Lot No

3

two.2.2) Additional CPV code(s)

  • 85100000 - Health services
  • 75200000 - Provision of services to the community
  • 85140000 - Miscellaneous health services
  • 85312310 - Guidance services
  • 85323000 - Community health services
  • 85312320 - Counselling services
  • 98000000 - Other community, social and personal services
  • 98334000 - Wellness services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

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.

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.
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.

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.

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.

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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Quality criterion - Name: Social Value & Sustainability / Weighting: 10

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £13,000,000

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

Start date

1 January 2025

End date

31 March 2028

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: Yes

Description of options

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

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

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.

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:

The procurement will be assessed through a gateway process and will be assessed as follows:

Gateway 1 - Compliance checks to ensure tenders are completed as per the ITT instructions.
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.
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).

The Key Criteria questions are evaluated as follows:

Quality Envelope ( Lot 3 - Digital Content with 100 minutes of human coaching per service user )
Key Criteria 1: Integration, Collaboration and Services Sustainability : 18% which includes;
Mobilisation (4%)
Capacity and Expansion (4%)
Workforce & Training (3%)
Management and quality of data (3%)
Service Management (2%)
Quality Assurance & Governance (2%)

Key Criteria 2 : Improving Access, Reducing Health inequality and Facilitating Choice (13%) which includes;
Maximising Service Uptake, Engagement and Post-Intervention weight maintenance for a range of different patients (3%)
Reducing health inequalities and tailoring to underrepresented populations (10%)

Key Criteria 3 : Quality and Innovation ( 19%) which includes;
Delivery Approach (7%)
Service/ Programme Schedule and Content (7%)
Coaching Support and individual tailoring (5%)

Key Criteria 4 : Sustainability & Social Value (10%) which includes;
Sustainable procurement practices (5%)
Increasing productivity through physical and mental well being: in the supply chain and communities in the relevant area. (3%)
Creating a pipeline of opportunities for the contract workforce, reducing barriers to entry for under-represented groups. (2%)

Commercial Envelope
Key Criteria 5: Value : 40%

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

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).

three.1.2) Economic and financial standing

List and brief description of selection criteria

Selection criteria as stated in the procurement documents.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Selection criteria as stated in the procurement documents.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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 000-030617

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

Date

5 September 2025

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

6 August 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

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.

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:

The procurement will be assessed through a gateway process and will be assessed as follows:

Gateway 1 - Compliance checks to ensure tenders are completed as per the ITT instructions.
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.
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).

The Key Criteria questions are evaluated as follows:

Quality Envelope ( Lot 1 - Digital content only )
Key Criteria 1: Integration, Collaboration and Services Sustainability : 22% which includes;
Mobilisation (5%)
Capacity and Expansion (5%)
Workforce & Training (3%)
Management and quality of data (3%)
Service management (3%)
Quality Assurance & Governance (3%)

Key Criteria 2 : Improving Access, Reducing Health inequality and Facilitating Choice (12%) which includes;
Maximising Service Uptake, Engagement and Post-Intervention weight maintenance for a range of different patients (4%)
Reducing health inequalities to under served communities (8%)

Key Criteria 3 : Quality and Innovation ( 16%) which includes;
Delivery Approach (8%)
Service/ Programme Schedule and Content (8%)

Key Criteria 4 : Sustainability & Social Value (10%) which includes;
Sustainable procurement practices (5%)
Increasing productivity through physical and mental well being: in the supply chain and communities in the relevant area (3%)
Creating a pipeline of opportunities for the contract workforce, reducing barriers to entry for under-represented groups (2%)

Quality Envelope ( Lot 2 - Digital Content with 50 minutes of human coaching per service user )

Key Criteria 1: Integration, Collaboration and Services Sustainability : 18% which includes;
Mobilisation (4%)
Capacity and Expansion (4%)
Workforce & Training (3%)
Management and quality of data (3%)
Service Management (2%)
Quality Assurance & Governance (2%)

Key Criteria 2 : Improving Access, Reducing Health inequality and Facilitating Choice (13%) which includes;
Maximising Service Uptake, Engagement and Post-Intervention weight maintenance for a range of different patients (3%)
Reducing health inequalities and tailoring to underrepresented populations (10%)

Key Criteria 3 : Quality and Innovation ( 19%) which includes;
Delivery Approach (7%)
Service/ Programme Schedule and Content (7%)
Coaching Support and individual tailoring (5%)

Key Criteria 4 : Sustainability & Social Value (10%) which includes;
Sustainable procurement practices (5%)
Increasing productivity through physical and mental well being: in the supply chain and communities in the relevant area. (3%)
Creating a pipeline of opportunities for the contract workforce, reducing barriers to entry for under-represented groups (2%)

Quality Envelope ( Lot 3 - Digital Content with 100 minutes of human coaching per service user )
Key Criteria 1: Integration, Collaboration and Services Sustainability : 18% which includes;
Mobilisation (4%)
Capacity and Expansion (4%)
Workforce & Training (3%)
Management and quality of data (3%)
Service Management (2%)
Quality Assurance & Governance (2%)

Key Criteria 2 : Improving Access, Reducing Health inequality and Facilitating Choice (13%) which includes;
Maximising Service Uptake, Engagement and Post-Intervention weight maintenance for a range of different patients (3%)
Reducing health inequalities and tailoring to underrepresented populations (10%)

Key Criteria 3 : Quality and Innovation ( 19%) which includes;
Delivery Approach (7%)
Sservice/ Programme Schedule and Content (7%)
Coaching Support and individual tailoring (5%)

Key Criteria 4 : Sustainability & Social Value (10%) which includes;
Sustainable procurement practices (5%)
Increasing productivity through physical and mental well being: in the supply chain and communities in the relevant area. (3%)
Creating a pipeline of opportunities for the contract workforce, reducing barriers to entry for under-represented groups. (2%)

Commercial Envelope ( For all Lots)
Key Criteria 5: Value : 40%

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.

six.4) Procedures for review

six.4.1) Review body

The High Court

The Strand

London

WC2A 2LL

Country

United Kingdom