Tender

NHSE1054 L&D and RECONNECT Services, Enhanced RECONNECT Services and MH Treatment Requirement Services

NHS ENGLAND NORTH WEST REGION

This public procurement record has 1 release in its history.

Tender

01 Sep 2025 at 09:13

Summary of the contracting process

The North of England Commissioning Support (NECS), operating on behalf of NHS England - North West, is managing a tender process to commission various health services across Lancashire and Cumbria. The focus is on Liaison and Diversion Services, Enhanced RECONNECT Services, and Mental Health Treatment Requirement Services under NHS Standard Contract. The tender, titled "NHSE1054 L&D and RECONNECT Services, Enhanced RECONNECT Services and MH Treatment Requirement Services," falls under the community health services category. With an active status in the procurement stage, the electronic submissions are due by 12 noon on 1 October 2025 via the Atamis portal. The procurement follows an open procedure, and the contracts span different terms starting from 1 April 2026, with locations covering regions within the United Kingdom.

This tender presents substantial opportunities for businesses specialising in health and social work services, such as those providing community health interventions, to expand their market presence. Companies with expertise in managing services that offer early interventions for individuals interfacing with the criminal justice system, continuity of care post-incarceration, and mental health treatment requirements will find alignment with this procurement. Particularly, organisations that can demonstrate quality and innovation, service integration, access improvement, and social value will be well-placed to compete for these contracts, which include a significant financial scope that totals over £5 million for the various Lots over the contract periods. The evaluation criteria place importance on quality measures, fostering potential growth for providers capable of addressing complex and high-stakes public health challenges.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

NHSE1054 L&D and RECONNECT Services, Enhanced RECONNECT Services and MH Treatment Requirement Services

Notice Description

North of England Commissioning Support (NECS) is a commissioning support service working for and on behalf of NHS England - North West (the Relevant Authority), who are undertaking a competition to commission Liaison and Diversion and Reconnect Services, Enhanced Reconnect Services and Mental Health Treatment Requirement Services for Lancashire and Cumbria under the NHS Standard Contract. Liaison and Diversion Services - Liaison and Diversion (L&D) services aim to provide early intervention for vulnerable people as they come to the attention of the criminal justice system. L&D services provide a prompt response to concerns raised by the police, probation service, youth offending teams or court staff, and provide critical information to decision-makers in the justice system, in real time, when it comes to charging and sentencing these vulnerable people. Reconnect and Enhanced Reconnect Services - RECONNECT seeks to improve the continuity of care of vulnerable people leaving prison by working with them before they leave and support their transition to community-based services, thereby safeguarding health gains made whilst in prison. RECONNECT services aim to improve the wellbeing of people leaving prison, reduce inequalities and address health-related drivers of offending behaviours. The Enhanced RECONNECT (ER) service builds upon the RECONNECT programme as an enhanced pathway of care. The ER service will work in collaboration with partners, including those from across government to ensure that individuals that have been identified as high risk to the public and have complex health needs that may impact on their risk of reoffending. This may include, but is not limited to, violent and sexual offenders, terrorist act offenses and those at risk of terrorism. This risk must be related to a health need. Mental Health Treatment Requirement Services - Three Community Sentence Treatment Requirements (CSTRs) were introduced in the Criminal Justice Act 2003 as many offenders experience mental health and substance misuse issues that are proven to underpin their offending behaviour. Treatment requirements offer courts an alternative to custodial sentences (especially short custodial sentences) and seek to prevent reoffending, by addressing the underlying vulnerabilities. This specification will be focusing on the provision of Primary Care MHTRs. Primary Care MHTRs provide assessment, treatment, and interventions for those whose mental health issues don't cross the threshold of secondary care services, but also may present with additional health, social care, and substance misuse issues. This service provides a clinical assessment and therapeutic pathway of support for those whose offence crosses the community order threshold, including secondary care MHTRs which may also be combined with either an Alcohol Treatment Requirement (ATR) or Drug Rehabilitation Requirement (DRR). Services will be delivered in Lots: Lot 1 will be the Liaison and Diversion and RECONNECT contract Lot 2 will be the Enhanced RECONNECT contract Lot 3 will be the Mental Health Treatment Requirement Services contract. The contract terms for Lot 1 and Lot 3 are for 5 years commencing on 01 April 2026, with an option to extend for a further 3 years at the discretion of the Relevant Authority and subject to satisfactory contractual and financial performance. Lot 2 is a fixed term 1-year contract, with effect from 01 April 2026. All contracts are existing contracts. The deadline for submission of competition responses is 12 noon on 01 October 2025.

Lot Information

Liaison and Diversion and RECONNECT

Liaison and Diversion (L&D) services aim to provide early intervention for vulnerable people as they come to the attention of the criminal justice system. L&D services provide a prompt response to concerns raised by the police, probation service, youth offending teams or court staff, and provide critical information to decision-makers in the justice system, in real time, when it comes to charging and sentencing these vulnerable people. RECONNECT seeks to improve the continuity of care of vulnerable people leaving prison by working with them before they leave and support their transition to community-based services, thereby safeguarding health gains made whilst in prison. RECONNECT services aim to improve the wellbeing of people leaving prison, reduce inequalities and address health-related drivers of offending behaviours. This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Healthcare Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Procurement Regulations 2024 (Procurement Act 2023) and/ or Public Contracts Regulations 2015 do not apply to this award. The closing date for submission of competition response is by 12 noon on 01 October 2025. Additional information: The Provider Response Documentation includes the contract award criteria, including the agreed relative importance of key criteria (for example, weightings apportioned to questions within the key criteria) against which responses will be evaluated. The providers will be assessed against the relevant 5 key criteria.

Options: The contract term for Lot 1 is 5 years, with effect from 01 April 2026, with the option to extend for a further 3 years, subject to satisfactory financial and contractual performance and at the discretion of the Relevant Authority.

Lot 2 - Enhanced RECONNECT

The Enhanced RECONNECT (ER) service builds upon the RECONNECT programme as an enhanced pathway of care. The ER service will work in collaboration with partners, including those from across government to ensure that individuals that have been identified as high risk to the public and have complex health needs that may impact on their risk of reoffending. This may include, but is not limited to, violent and sexual offenders, terrorist act offenses and those at risk of terrorism. This risk must be related to a health need. Additional information: The Provider Response Documentation includes the contract award criteria, including the agreed relative importance of key criteria (for example, weightings apportioned to questions within the key criteria) against which responses will be evaluated. The providers will be assessed against the relevant 5 key criteria.

Lot 3 - Mental Health Treatment Requirement

Three Community Sentence Treatment Requirements (CSTRs) were introduced in the Criminal Justice Act 2003 as many offenders experience mental health and substance misuse issues that are proven to underpin their offending behaviour. Treatment requirements offer courts an alternative to custodial sentences (especially short custodial sentences) and seek to prevent reoffending, by addressing the underlying vulnerabilities. This specification will be focusing on the provision of Primary Care MHTRs Primary Care MHTRs provide assessment, treatment, and interventions for those whose mental health issues don't cross the threshold of secondary care services, but also may present with additional health, social care, and substance misuse issues. This service provides a clinical assessment and therapeutic pathway of support for those whose offence crosses the community order threshold, including secondary care MHTRs which may also be combined with either an Alcohol Treatment Requirement (ATR) or Drug Rehabilitation Requirement (DRR). Additional information: The Provider Response Documentation includes the contract award criteria, including the agreed relative importance of key criteria (for example, weightings apportioned to questions within the key criteria) against which responses will be evaluated. The providers will be assessed against the relevant 5 key criteria.

Options: The contract term for Lot 3 is 5 years, with effect from 01 April 2026, with the option to extend for a further 3 years, subject to satisfactory financial and contractual performance and at the discretion of the Relevant Authority.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-059105
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/052692-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85000000 - Health and social work services

85100000 - Health services

85121270 - Psychiatrist or psychologist services

85323000 - Community health services

Notice Value(s)

Tender Value
Not specified
Lots Value
£5,486,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
1 Sep 20255 months ago
Submission Deadline
1 Oct 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Mar 2026 - 31 Mar 2034 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NHS ENGLAND NORTH WEST REGION
Contact Name
Not specified
Contact Email
necsu.neprocurement@nhs.net
Contact Phone
Not specified

Buyer Location

Locality
LIVERPOOL
Postcode
N/A
Post Town
Not specified
Country
Not specified

Major Region (ITL 1)
Not specified
Basic Region (ITL 2)
Not specified
Small Region (ITL 3)
Not specified
Delivery Location
TLC North East (England), TLD North West (England), TLE Yorkshire and The Humber, TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLI London, TLJ South East (England), TLK South West (England)

Local Authority
Not specified
Electoral Ward
Not specified
Westminster Constituency
Not specified

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-059105-2025-09-01T10:13:50+01:00",
    "date": "2025-09-01T10:13:50+01:00",
    "ocid": "ocds-h6vhtk-059105",
    "description": "NECS is utilising an electronic tendering tool to manage this competition and communicate with potential providers. Accordingly, there will be no hard copy documents issued to potential providers and all communications with NECS, including response submissions, will be conducted via the Atamis portal at: https://health-family.force.com/s/Welcome. It is free to register on the portal and it can be accessed at any time of day providing you have a working internet connection. Should providers have any queries, or are having problems registering on the portal; they should contact the Atamis helpdesk via: Support-health@Atamis.co.uk or phone number 0800 0988201 The helpdesk is open Monday - Friday between 08.00 am - 06.00 pm. The \"Transfer of Undertakings (Protection of Employment) Regulations 2006\" as amended by the \"Collective Redundancies and Transfer of Undertaking (Protection of Employment) (Amendment) Regulation 2014\" (TUPE) may apply to these contracts. Providers are advised to obtain their own legal advice and carry out due diligence including the New Fair Deal non-statutory policy setting out how pensions issues are to be dealt with when staff are compulsorily transferred from the public sector to independent providers delivering public services.",
    "initiationType": "tender",
    "tender": {
        "id": "NHSE1054",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "NHSE1054 L&D and RECONNECT Services, Enhanced RECONNECT Services and MH Treatment Requirement Services",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "85323000",
            "description": "Community health services"
        },
        "mainProcurementCategory": "services",
        "description": "North of England Commissioning Support (NECS) is a commissioning support service working for and on behalf of NHS England - North West (the Relevant Authority), who are undertaking a competition to commission Liaison and Diversion and Reconnect Services, Enhanced Reconnect Services and Mental Health Treatment Requirement Services for Lancashire and Cumbria under the NHS Standard Contract. Liaison and Diversion Services - Liaison and Diversion (L&D) services aim to provide early intervention for vulnerable people as they come to the attention of the criminal justice system. L&D services provide a prompt response to concerns raised by the police, probation service, youth offending teams or court staff, and provide critical information to decision-makers in the justice system, in real time, when it comes to charging and sentencing these vulnerable people. Reconnect and Enhanced Reconnect Services - RECONNECT seeks to improve the continuity of care of vulnerable people leaving prison by working with them before they leave and support their transition to community-based services, thereby safeguarding health gains made whilst in prison. RECONNECT services aim to improve the wellbeing of people leaving prison, reduce inequalities and address health-related drivers of offending behaviours. The Enhanced RECONNECT (ER) service builds upon the RECONNECT programme as an enhanced pathway of care. The ER service will work in collaboration with partners, including those from across government to ensure that individuals that have been identified as high risk to the public and have complex health needs that may impact on their risk of reoffending. This may include, but is not limited to, violent and sexual offenders, terrorist act offenses and those at risk of terrorism. This risk must be related to a health need. Mental Health Treatment Requirement Services - Three Community Sentence Treatment Requirements (CSTRs) were introduced in the Criminal Justice Act 2003 as many offenders experience mental health and substance misuse issues that are proven to underpin their offending behaviour. Treatment requirements offer courts an alternative to custodial sentences (especially short custodial sentences) and seek to prevent reoffending, by addressing the underlying vulnerabilities. This specification will be focusing on the provision of Primary Care MHTRs. Primary Care MHTRs provide assessment, treatment, and interventions for those whose mental health issues don't cross the threshold of secondary care services, but also may present with additional health, social care, and substance misuse issues. This service provides a clinical assessment and therapeutic pathway of support for those whose offence crosses the community order threshold, including secondary care MHTRs which may also be combined with either an Alcohol Treatment Requirement (ATR) or Drug Rehabilitation Requirement (DRR). Services will be delivered in Lots: Lot 1 will be the Liaison and Diversion and RECONNECT contract Lot 2 will be the Enhanced RECONNECT contract Lot 3 will be the Mental Health Treatment Requirement Services contract. The contract terms for Lot 1 and Lot 3 are for 5 years commencing on 01 April 2026, with an option to extend for a further 3 years at the discretion of the Relevant Authority and subject to satisfactory contractual and financial performance. Lot 2 is a fixed term 1-year contract, with effect from 01 April 2026. All contracts are existing contracts. The deadline for submission of competition responses is 12 noon on 01 October 2025.",
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 3
        },
        "lots": [
            {
                "id": "1",
                "title": "Liaison and Diversion and RECONNECT",
                "description": "Liaison and Diversion (L&D) services aim to provide early intervention for vulnerable people as they come to the attention of the criminal justice system. L&D services provide a prompt response to concerns raised by the police, probation service, youth offending teams or court staff, and provide critical information to decision-makers in the justice system, in real time, when it comes to charging and sentencing these vulnerable people. RECONNECT seeks to improve the continuity of care of vulnerable people leaving prison by working with them before they leave and support their transition to community-based services, thereby safeguarding health gains made whilst in prison. RECONNECT services aim to improve the wellbeing of people leaving prison, reduce inequalities and address health-related drivers of offending behaviours. This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Healthcare Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Procurement Regulations 2024 (Procurement Act 2023) and/ or Public Contracts Regulations 2015 do not apply to this award. The closing date for submission of competition response is by 12 noon on 01 October 2025. Additional information: The Provider Response Documentation includes the contract award criteria, including the agreed relative importance of key criteria (for example, weightings apportioned to questions within the key criteria) against which responses will be evaluated. The providers will be assessed against the relevant 5 key criteria.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality and Innovation",
                            "type": "quality",
                            "description": "25"
                        },
                        {
                            "name": "Integration, Collaboration and Service Sustainability",
                            "type": "quality",
                            "description": "30"
                        },
                        {
                            "name": "Improving Access, Reducing Health Inequalities and Facilitating Choice",
                            "type": "quality",
                            "description": "20"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Finance",
                            "type": "cost",
                            "description": "15"
                        }
                    ]
                },
                "value": {
                    "amount": 4156000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2026-04-01T00:00:00+01:00",
                    "endDate": "2034-03-31T23:59:59+01:00"
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The contract term for Lot 1 is 5 years, with effect from 01 April 2026, with the option to extend for a further 3 years, subject to satisfactory financial and contractual performance and at the discretion of the Relevant Authority."
                },
                "status": "active"
            },
            {
                "id": "2",
                "title": "Lot 2 - Enhanced RECONNECT",
                "description": "The Enhanced RECONNECT (ER) service builds upon the RECONNECT programme as an enhanced pathway of care. The ER service will work in collaboration with partners, including those from across government to ensure that individuals that have been identified as high risk to the public and have complex health needs that may impact on their risk of reoffending. This may include, but is not limited to, violent and sexual offenders, terrorist act offenses and those at risk of terrorism. This risk must be related to a health need. Additional information: The Provider Response Documentation includes the contract award criteria, including the agreed relative importance of key criteria (for example, weightings apportioned to questions within the key criteria) against which responses will be evaluated. The providers will be assessed against the relevant 5 key criteria.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality and Innovation",
                            "type": "quality",
                            "description": "25"
                        },
                        {
                            "name": "Integration, Collaboration and Service Sustainability",
                            "type": "quality",
                            "description": "30"
                        },
                        {
                            "name": "Improving Access, Reducing Health Inequalities and Facilitating Choice",
                            "type": "quality",
                            "description": "20"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Finance",
                            "type": "cost",
                            "description": "15"
                        }
                    ]
                },
                "value": {
                    "amount": 620000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2026-04-01T00:00:00+01:00",
                    "endDate": "2027-03-31T23:59:59+01:00"
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "3",
                "title": "Lot 3 - Mental Health Treatment Requirement",
                "description": "Three Community Sentence Treatment Requirements (CSTRs) were introduced in the Criminal Justice Act 2003 as many offenders experience mental health and substance misuse issues that are proven to underpin their offending behaviour. Treatment requirements offer courts an alternative to custodial sentences (especially short custodial sentences) and seek to prevent reoffending, by addressing the underlying vulnerabilities. This specification will be focusing on the provision of Primary Care MHTRs Primary Care MHTRs provide assessment, treatment, and interventions for those whose mental health issues don't cross the threshold of secondary care services, but also may present with additional health, social care, and substance misuse issues. This service provides a clinical assessment and therapeutic pathway of support for those whose offence crosses the community order threshold, including secondary care MHTRs which may also be combined with either an Alcohol Treatment Requirement (ATR) or Drug Rehabilitation Requirement (DRR). Additional information: The Provider Response Documentation includes the contract award criteria, including the agreed relative importance of key criteria (for example, weightings apportioned to questions within the key criteria) against which responses will be evaluated. The providers will be assessed against the relevant 5 key criteria.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality and Innovation",
                            "type": "quality",
                            "description": "25"
                        },
                        {
                            "name": "Integration, Collaboration and Service Sustainability",
                            "type": "quality",
                            "description": "30"
                        },
                        {
                            "name": "Improving Access, Reducing Health Inequalities and Facilitating Choice",
                            "type": "quality",
                            "description": "20"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Finance",
                            "type": "cost",
                            "description": "15"
                        }
                    ]
                },
                "value": {
                    "amount": 710000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2026-04-01T00:00:00+01:00",
                    "endDate": "2034-03-31T23:59:59+01:00"
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The contract term for Lot 3 is 5 years, with effect from 01 April 2026, with the option to extend for a further 3 years, subject to satisfactory financial and contractual performance and at the discretion of the Relevant Authority."
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85000000",
                        "description": "Health and social work services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC"
                    },
                    {
                        "region": "UKD"
                    },
                    {
                        "region": "UKE"
                    },
                    {
                        "region": "UKF"
                    },
                    {
                        "region": "UKG"
                    },
                    {
                        "region": "UKH"
                    },
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    },
                    {
                        "region": "UKK"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85100000",
                        "description": "Health services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC"
                    },
                    {
                        "region": "UKD"
                    },
                    {
                        "region": "UKE"
                    },
                    {
                        "region": "UKF"
                    },
                    {
                        "region": "UKG"
                    },
                    {
                        "region": "UKH"
                    },
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    },
                    {
                        "region": "UKK"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85121270",
                        "description": "Psychiatrist or psychologist services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC"
                    },
                    {
                        "region": "UKD"
                    },
                    {
                        "region": "UKE"
                    },
                    {
                        "region": "UKF"
                    },
                    {
                        "region": "UKG"
                    },
                    {
                        "region": "UKH"
                    },
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    },
                    {
                        "region": "UKK"
                    }
                ],
                "relatedLot": "3"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://health-family.force.com/s/Welcome",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2025-10-01T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2025-10-01T13:00:00+01:00"
        },
        "bidOpening": {
            "date": "2025-10-01T13:00:00+01:00"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-NHS-Q84",
            "name": "NHS England North West Region",
            "identifier": {
                "legalName": "NHS England North West Region",
                "id": "Q84",
                "scheme": "GB-NHS"
            },
            "address": {
                "locality": "Liverpool",
                "region": "UKD",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "Necsu.neprocurement@nhs.net",
                "url": "https://health-family.force.com/s/Welcome"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.england.nhs.uk/",
                "buyerProfile": "https://health-family.force.com/s/Welcome",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-159359",
            "name": "NHS England - North West Region",
            "identifier": {
                "legalName": "NHS England - North West Region"
            },
            "address": {
                "locality": "Liverpool",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "necsu.neprocurement@nhs.net"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.england.nhs.uk/"
            }
        }
    ],
    "buyer": {
        "id": "GB-NHS-Q84",
        "name": "NHS England North West Region"
    },
    "language": "en"
}