Tender

NHS Healthier You

NHS ENGLAND

This public procurement record has 2 releases in its history.

Tender

13 Apr 2026 at 16:32

Planning

15 Jan 2026 at 10:48

Summary of the contracting process

The contracting process for the NHS "Healthier You" programme, spearheaded by NHS England, is currently in the tender stage. This procurement is classified under the health services industry category with a focus on behavioural support for obesity prescribing and diabetes prevention services. Interested parties can bid for contracts associated with 26 Integrated Care Boards (ICBs) or ICB Clusters covering various regions of the UK. The procurement follows the Health Care Services (Provider Selection Regime) Regulations 2023, and is valued at £738 million for a maximum term of 60 months, starting from 1 November 2026. The open procedure allows for electronic submissions, with bids due by 5 June 2026.

This tender presents significant opportunities for companies with expertise in the health services sector, particularly those specialising in digital and in-person delivery of behavioural interventions. Firms with the capability to manage comprehensive health programmes across multiple regions are well-suited to participate. The engagement involves providing versatile solutions, such as in-person and remote services, catering to diverse public health needs. The potential to expand across multiple ICBs offers substantial growth prospects for qualified suppliers, amplifying their role in contributing to public health improvement strategies across the UK.

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

Notice Title

NHS Healthier You

Notice Description

The Contracting Authority is procuring the NHS Healthier You Programme utilising the competitive provider selection process under the Health Care Services (Provider Selection Regime) Regulations 2023. This competitive provider selection process has multiple gateways as described in this notice. <br/><br/>The NHS Healthier You Programme procurement comprises of the following:<br/>* NHS Healthier You Behavioural Support for Obesity Prescribing ("BSOP) Service"): Targeted support for individuals prescribed pharmacotherapy GLP-1 medications as approved in a Primary Care setting by NICE. Service Users provided with the BSOP Service are referred to as the "BSOP Cohort".<br/>* NHS Healthier You Diabetes Prevention Programme ("DPP Service"): Support for individuals identified as at high risk of developing type 2 diabetes. Service Users provided with the DPP Service are referred to as the "DPP Cohort". <br/>* NHS Healthier You Type 2 Diabetes Path to Remission ("T2DR Service"): Support for individuals diagnosed with type 2 diabetes within the last 6 years and living with overweight or obesity. Service Users provided with the T2DR Service are referred to as the "T2DR Cohort".<br/>* NHS Healthier You Long Term Conditions Prevention Pilot ("LTCP Service"): Support for individuals diagnosed with hypertension. Service Users provided with the LTCP Service are referred to as the "LTCP Cohort".<br/><br/>The Contracting Authority has divided this opportunity into 26 ICB/ICB Clusters. ICB Clusters are groupings of ICBs. The complete list is set out in VI.3.<br/><br/>Bidders will need the capability and capacity to provide the full suite of services to an ICB/ICB Cluster, offering eligible participants a choice of group based in-person services or a digitally delivered, independently accessed service provided through a web browser or a mobile application. The Type 2 diabetes Path to Remission intervention will only be delivered on a one-to-one basis (delivered in-person or remotely).<br/><br/>Contracts will be awarded by Supplier. Bidders can be awarded a contract for more than one ICB/ICB Cluster. In such instances, one contract would be issued to the Supplier listing the ICB's/ICB Clusters awarded. This means a maximum of 26 contracts may be awarded in the event a different Supplier is awarded for each ICB/ICB Cluster.<br/><br/>The anticipated value across the ICB's/ICB Clusters is PS386,000,000 excluding VAT. This is based on the initial term of 36 months. There will be an option to extend by up to 24 months, giving a maximum term of 60 months. The anticipated value of the 60 month term is PS738,000,000 excluding VAT. VAT will be applied as appropriate.<br/><br/>The estimated date of mobilisation / service commencement will be from 1 November 2026.

Lot Information

Lot 1

As part of this process, the Contracting Authority 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.

The Contracting Authority will be using Atamis, the Contracting Authority's e-Tendering system for this procurement exercise. For further information, the ITT documentation can be found via the 'Live Opportunities' list on the e-tendering system.

The procurement will be assessed through a multi-stage approach as follows:

Stage 1 (Compliance and Supplier Information Questionnaire)
Compliance checks will be completed to ensure tenders are completed as per the ITT instructions. The Suppler Information Questionnaire will evaluate the Basic Selection Criteria. The questions will be evaluated on a Pass/Fail or for information only basis and can be found in Document 3.

Stage 2 (Quality and Commercial Envelope)
This will be the evaluation of the Quality and Commercial envelope which contains the Key Criteria questions and can be found in Document 4 (Quality Envelope) and Document 5 (Commercial Envelope). Scores from Stage 2 evaluation will form 40% of the final score at Stage 3 evaluation.

Stage 3 (ICB/ICB Cluster Quality Envelope)
This envelope will be evaluated to identify the Bidders who best meet the Contracting Authority's key criteria for delivery of the Requirements in each ICB/ICB Cluster. Scores from Stage 3 evaluation will form 60% of the final score at Stage 3 evaluation. The scores from Stage 2 and Stage 3 evaluation will be combined to determine the successful Bidder per ICB/ICB Cluster.

The Key Criteria (as outlined in PSR Regulation 5) for Stage 2 & Stage 3 will be evaluated as outlined below:

Stage 2 - Quality Envelope - 60%

1) Managing Referrals and Offering a Choice of Delivery Modes - 6%
Key Criteria Assessed:
(a) Quality and Innovation
(d) Improving Access, Reducing Health Inequalities and Facilitating Choice

2) In-Person and Remote Delivery Modes: Approach to Delivery - 5%
Key Criteria Assessed:
(a) Quality and Innovation
(c) Integration, Collaboration and Service Sustainability

3) In-Person and Remote Delivery Modes: Service Design, Schedule and Content - 4%
Key Criteria Assessed:
(a) Quality and Innovation
(c) Integration, Collaboration and Service Sustainability

4) Digital Delivery Mode: Approach to Delivery - 5%
Key Criteria Assessed:
(a) Quality and Innovation
(c) Integration, Collaboration and Service Sustainability

5) Digital Delivery Mode: Service Design, Schedule and Content - 4%
Key Criteria Assessed:
(a) Quality and Innovation
(c) Integration, Collaboration and Service Sustainability

6) Behaviour Change Approach and Logic Model - 6%
Key Criteria Assessed:
(a) Quality and Innovation
(c) Integration, Collaboration and Service Sustainability

7) Integration of TDR Products and Monitoring Equipment in the T2DR Service Model - 3%
Key Criteria Assessed:
(a) Quality and Innovation
(c) Integration, Collaboration and Service Sustainability
(d) Improving Access, Reducing Health Inequalities and Facilitating Choice

8) Mobilisation - 5%
Key Criteria Assessed:
(a) Quality and Innovation
(c) Integration, Collaboration and Service Sustainability

9) Workforce Competency and Training - 4%
Key Criteria Assessed:
(a) Quality and Innovation
(c) Integration, Collaboration and Service Sustainability

10) Management and Quality of Data - 4%
Key Criteria Assessed:
(a) Quality and Innovation
(c) Integration, Collaboration and Service Sustainability

11) Quality Assurance and Governance - 4%
Key Criteria Assessed:
(a) Quality and Innovation
(c) Integration, Collaboration and Service Sustainability

12) Social Value: Employment and training for those who face barriers to employment - 10%
Key Criteria Assessed:
(e) Social Value

Stage 2 - Commercial Envelope - 40%

Key Criteria Assessed:
(b) Value

Stage 3 - ICB/ ICB Cluster Quality Envelope - 60%

1) Local Integration - 30%
Key Criteria Assessed:
(a) Quality and Innovation
(c) Integration, Collaboration and Service Sustainability
(d) Improving Access, Reducing Health Inequalities and Facilitating Choice

2) Meeting Local Need, Reducing Health Inequalities and Tailoring to Underrepresented Populations - 30%
Key Criteria Assessed:
(a) Quality and Innovation
(c) Integration, Collaboration and Service Sustainability
(d) Improving Access, Reducing Health Inequalities and Facilitating Choice

Scores from Stage 2 evaluation will form 40% of the final score.

Only bids which pass compliance checks and the Basic Selection Criteria Questionnaire in accordance with the Document 1 - ITT Instructions and Document 3 - Basic Selection Criteria Questionnaire will proceed to Stage 2.

Up to 5 Bidders per ICB/ICB Cluster with the highest combined score from Stage 2 who also meet the relevant minimum scoring thresholds will have their response(s) to the Stage 3 ICB/ICB Cluster Quality Envelope(s) evaluated.

For each ICB/ICB Cluster the Bidder with the highest scoring Bid after the scores at Stage 2 and Stage 3 have been combined will be the preferred Bidder for that ICB/ICB Cluster.

Contracts will be awarded to all successful Suppliers, listing the ICB(s)/ICB Cluster(s) they will be delivering services to.

Options: An option to extend of up to a maximum of 24 months.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-060669
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/033470-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning 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

75 - Administration, defence and social security services

85 - Health and social work services

98 - Other community, social and personal services


CPV Codes

75200000 - Provision of services to the community

85100000 - Health services

85140000 - Miscellaneous health services

85312310 - Guidance services

85312320 - Counselling services

85323000 - Community health services

98000000 - Other community, social and personal services

Notice Value(s)

Tender Value
£738,000,000 £100M-£1B
Lots Value
£738,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
13 Apr 20261 weeks ago
Submission Deadline
5 Jun 20262 months to go
Future Notice Date
2 Mar 2026Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
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
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SE1 8UG
Post Town
South East London
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE42 Leeds
Delivery Location
Not specified

Local Authority
Leeds
Electoral Ward
Hunslet & Riverside
Westminster Constituency
Leeds South

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-060669-2026-04-13T17:32:44+01:00",
    "date": "2026-04-13T17:32:44+01:00",
    "ocid": "ocds-h6vhtk-060669",
    "initiationType": "tender",
    "tender": {
        "id": "C415740",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "NHS Healthier You",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "85100000",
            "description": "Health services"
        },
        "mainProcurementCategory": "services",
        "description": "The Contracting Authority is procuring the NHS Healthier You Programme utilising the competitive provider selection process under the Health Care Services (Provider Selection Regime) Regulations 2023. This competitive provider selection process has multiple gateways as described in this notice. <br/><br/>The NHS Healthier You Programme procurement comprises of the following:<br/>* NHS Healthier You Behavioural Support for Obesity Prescribing (\"BSOP) Service\"): Targeted support for individuals prescribed pharmacotherapy GLP-1 medications as approved in a Primary Care setting by NICE. Service Users provided with the BSOP Service are referred to as the \"BSOP Cohort\".<br/>* NHS Healthier You Diabetes Prevention Programme (\"DPP Service\"): Support for individuals identified as at high risk of developing type 2 diabetes. Service Users provided with the DPP Service are referred to as the \"DPP Cohort\". <br/>* NHS Healthier You Type 2 Diabetes Path to Remission (\"T2DR Service\"): Support for individuals diagnosed with type 2 diabetes within the last 6 years and living with overweight or obesity. Service Users provided with the T2DR Service are referred to as the \"T2DR Cohort\".<br/>* NHS Healthier You Long Term Conditions Prevention Pilot (\"LTCP Service\"): Support for individuals diagnosed with hypertension. Service Users provided with the LTCP Service are referred to as the \"LTCP Cohort\".<br/><br/>The Contracting Authority has divided this opportunity into 26 ICB/ICB Clusters. ICB Clusters are groupings of ICBs. The complete list is set out in VI.3.<br/><br/>Bidders will need the capability and capacity to provide the full suite of services to an ICB/ICB Cluster, offering eligible participants a choice of group based in-person services or a digitally delivered, independently accessed service provided through a web browser or a mobile application. The Type 2 diabetes Path to Remission intervention will only be delivered on a one-to-one basis (delivered in-person or remotely).<br/><br/>Contracts will be awarded by Supplier. Bidders can be awarded a contract for more than one ICB/ICB Cluster. In such instances, one contract would be issued to the Supplier listing the ICB's/ICB Clusters awarded. This means a maximum of 26 contracts may be awarded in the event a different Supplier is awarded for each ICB/ICB Cluster.<br/><br/>The anticipated value across the ICB's/ICB Clusters is PS386,000,000 excluding VAT. This is based on the initial term of 36 months. There will be an option to extend by up to 24 months, giving a maximum term of 60 months. The anticipated value of the 60 month term is PS738,000,000 excluding VAT. VAT will be applied as appropriate.<br/><br/>The estimated date of mobilisation / service commencement will be from 1 November 2026.",
        "value": {
            "amount": 738000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "As part of this process, the Contracting Authority 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.<br/><br/>The Contracting Authority will be using Atamis, the Contracting Authority's e-Tendering system for this procurement exercise. For further information, the ITT documentation can be found via the 'Live Opportunities' list on the e-tendering system. <br/><br/>The procurement will be assessed through a multi-stage approach as follows:<br/><br/>Stage 1 (Compliance and Supplier Information Questionnaire)<br/>Compliance checks will be completed to ensure tenders are completed as per the ITT instructions. The Suppler Information Questionnaire will evaluate the Basic Selection Criteria. The questions will be evaluated on a Pass/Fail or for information only basis and can be found in Document 3. <br/><br/>Stage 2 (Quality and Commercial Envelope)<br/>This will be the evaluation of the Quality and Commercial envelope which contains the Key Criteria questions and can be found in Document 4 (Quality Envelope) and Document 5 (Commercial Envelope). Scores from Stage 2 evaluation will form 40% of the final score at Stage 3 evaluation.<br/><br/>Stage 3 (ICB/ICB Cluster Quality Envelope)<br/>This envelope will be evaluated to identify the Bidders who best meet the Contracting Authority's key criteria for delivery of the Requirements in each ICB/ICB Cluster. Scores from Stage 3 evaluation will form 60% of the final score at Stage 3 evaluation. The scores from Stage 2 and Stage 3 evaluation will be combined to determine the successful Bidder per ICB/ICB Cluster.<br/><br/>The Key Criteria (as outlined in PSR Regulation 5) for Stage 2 & Stage 3 will be evaluated as outlined below:<br/><br/>Stage 2 - Quality Envelope - 60%<br/><br/>1) Managing Referrals and Offering a Choice of Delivery Modes - 6%<br/>Key Criteria Assessed: <br/>(a) Quality and Innovation<br/>(d) Improving Access, Reducing Health Inequalities and Facilitating Choice <br/><br/>2) In-Person and Remote Delivery Modes: Approach to Delivery - 5%<br/>Key Criteria Assessed:<br/>(a) Quality and Innovation<br/>(c) Integration, Collaboration and Service Sustainability<br/><br/>3) In-Person and Remote Delivery Modes: Service Design, Schedule and Content - 4%<br/>Key Criteria Assessed:<br/>(a) Quality and Innovation<br/>(c) Integration, Collaboration and Service Sustainability<br/><br/>4) Digital Delivery Mode: Approach to Delivery - 5%<br/>Key Criteria Assessed:<br/>(a) Quality and Innovation<br/>(c) Integration, Collaboration and Service Sustainability<br/> <br/>5) Digital Delivery Mode: Service Design, Schedule and Content - 4%<br/>Key Criteria Assessed:<br/>(a) Quality and Innovation<br/>(c) Integration, Collaboration and Service Sustainability<br/><br/>6) Behaviour Change Approach and Logic Model - 6%<br/>Key Criteria Assessed:<br/>(a) Quality and Innovation<br/>(c) Integration, Collaboration and Service Sustainability<br/><br/>7) Integration of TDR Products and Monitoring Equipment in the T2DR Service Model - 3%<br/>Key Criteria Assessed:<br/>(a) Quality and Innovation<br/>(c) Integration, Collaboration and Service Sustainability<br/>(d) Improving Access, Reducing Health Inequalities and Facilitating Choice <br/><br/>8) Mobilisation - 5%<br/>Key Criteria Assessed:<br/>(a) Quality and Innovation<br/>(c) Integration, Collaboration and Service Sustainability<br/><br/>9) Workforce Competency and Training - 4%<br/>Key Criteria Assessed:<br/>(a) Quality and Innovation<br/>(c) Integration, Collaboration and Service Sustainability<br/><br/>10) Management and Quality of Data - 4%<br/>Key Criteria Assessed:<br/>(a) Quality and Innovation<br/>(c) Integration, Collaboration and Service Sustainability<br/><br/>11) Quality Assurance and Governance - 4%<br/>Key Criteria Assessed:<br/>(a) Quality and Innovation<br/>(c) Integration, Collaboration and Service Sustainability<br/><br/>12) Social Value: Employment and training for those who face barriers to employment - 10%<br/>Key Criteria Assessed:<br/>(e) Social Value<br/><br/>Stage 2 - Commercial Envelope - 40%<br/><br/>Key Criteria Assessed:<br/>(b) Value<br/><br/>Stage 3 - ICB/ ICB Cluster Quality Envelope - 60%<br/><br/>1) Local Integration - 30%<br/>Key Criteria Assessed:<br/>(a) Quality and Innovation<br/>(c) Integration, Collaboration and Service Sustainability<br/>(d) Improving Access, Reducing Health Inequalities and Facilitating Choice<br/><br/>2) Meeting Local Need, Reducing Health Inequalities and Tailoring to Underrepresented Populations - 30%<br/>Key Criteria Assessed:<br/>(a) Quality and Innovation<br/>(c) Integration, Collaboration and Service Sustainability<br/>(d) Improving Access, Reducing Health Inequalities and Facilitating Choice <br/><br/>Scores from Stage 2 evaluation will form 40% of the final score.<br/><br/>Only bids which pass compliance checks and the Basic Selection Criteria Questionnaire in accordance with the Document 1 - ITT Instructions and Document 3 - Basic Selection Criteria Questionnaire will proceed to Stage 2. <br/><br/>Up to 5 Bidders per ICB/ICB Cluster with the highest combined score from Stage 2 who also meet the relevant minimum scoring thresholds will have their response(s) to the Stage 3 ICB/ICB Cluster Quality Envelope(s) evaluated. <br/><br/>For each ICB/ICB Cluster the Bidder with the highest scoring Bid after the scores at Stage 2 and Stage 3 have been combined will be the preferred Bidder for that ICB/ICB Cluster. <br/><br/>Contracts will be awarded to all successful Suppliers, listing the ICB(s)/ICB Cluster(s) they will be delivering services to.",
                "status": "active",
                "value": {
                    "amount": 738000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "An option to extend of up to a maximum of 24 months."
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "England"
                },
                "relatedLot": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85100000",
                        "description": "Health services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75200000",
                        "description": "Provision of services to the community"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85140000",
                        "description": "Miscellaneous health services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85312310",
                        "description": "Guidance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85323000",
                        "description": "Community health services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85312320",
                        "description": "Counselling services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98000000",
                        "description": "Other community, social and personal services"
                    }
                ]
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-03-02T00:00:00Z",
            "atypicalToolUrl": "https://atamis-1928.my.site.com/s/Welcome"
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://atamis-1928.my.site.com/s/Welcome",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Applicants will be assessed in accordance with the Health Care Services (Provider Selection Regime) Regulations 2023 on the basis of the information provided in response to the Basic Selection Criteria Questionnaire (assessment Stage 1).",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Selection criteria as stated in the procurement documents.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Selection criteria as stated in the procurement documents.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2026-06-05T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2026-06-08T08:00:00+01:00"
        },
        "bidOpening": {
            "date": "2026-06-08T08:00:00+01:00"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-130973",
            "name": "NHS England",
            "identifier": {
                "legalName": "NHS England"
            },
            "address": {
                "streetAddress": "Wellington House, 133-135 Waterloo Rd",
                "locality": "London",
                "region": "UKJ1",
                "postalCode": "SE1 8UG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Suzanne Collar",
                "email": "suzanne.collar1@nhs.net"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.england.nhs.uk/",
                "buyerProfile": "https://www.england.nhs.uk/",
                "classifications": [
                    {
                        "id": "BODY_PUBLIC",
                        "scheme": "TED_CA_TYPE",
                        "description": "Body governed by public law"
                    },
                    {
                        "id": "07",
                        "scheme": "COFOG",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-107961",
            "name": "NHS England",
            "identifier": {
                "legalName": "NHS England"
            },
            "address": {
                "streetAddress": "7-8 Wellington Place",
                "locality": "Leeds",
                "region": "UK",
                "postalCode": "LS1 4AP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Leigh Parker",
                "email": "leigh.parker1@nhs.net",
                "url": "https://atamis-1928.my.site.com/s/Welcome"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.england.nhs.uk/",
                "buyerProfile": "https://www.england.nhs.uk/",
                "classifications": [
                    {
                        "id": "BODY_PUBLIC",
                        "scheme": "TED_CA_TYPE",
                        "description": "Body governed by public law"
                    },
                    {
                        "id": "07",
                        "scheme": "COFOG",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-133554",
            "name": "Independent patient choice and procurement panel",
            "identifier": {
                "legalName": "Independent patient choice and procurement panel"
            },
            "address": {
                "streetAddress": "Wellington House",
                "locality": "London",
                "postalCode": "SE1 8UG",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-107961",
        "name": "NHS England"
    },
    "language": "en",
    "description": "There will be 26 ICB's/ICB Clusters available to Bid for under this procurement. This procurement is not structured as a lotted procurement. Bidders will be able to identify the ICB(s)/ICB Cluster(s) they wish to Bid for in the Form of Tender, relevant ICB/ICB Cluster Quality Envelope(s) and Commercial Schedule (Price Response).<br/><br/>Bidders can submit Bids, and be awarded contracts, for single or multiple ICB's/ICB Clusters. The 26 ICB's/ICB Clusters under this procurement are:<br/><br/>1. Central East<br/>2. Essex<br/>3. Norfolk and Suffolk<br/>4. West and North London<br/>5. Thames Valley<br/>6. Surrey and Sussex<br/>7. Hampshire and the Isle of Wight<br/>8. Leicester, Leicestershire and Rutland with Northamptonshire<br/>9. Derbyshire, with Nottinghamshire and Lincolnshire<br/>10. Birmingham and Solihull with Black Country<br/>11. Staffordshire and Stoke-on-Trent with Shropshire, Telford and Wrekin<br/>12. Coventry and Warwickshire, with Herefordshire and Worcestershire<br/>13. Cornwall and the Isles of Scilly with Devon<br/>14. Gloucestershire with Bristol, North Somerset and South Gloucestershire<br/>15. Dorset with Somerset and Bath, North East Somerset, Swindon and Wiltshire<br/>16. North East and North Cumbria<br/>17. Humber and North Yorkshire<br/>18. South Yorkshire<br/>19. West Yorkshire<br/>20. North East London<br/>21. South East London<br/>22. South West London<br/>23. Lancashire and South Cumbria<br/>24. Greater Manchester<br/>25. Cheshire and Merseyside<br/>26. Kent and Medway <br/><br/>This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 or Procurement Act 2023 do not apply to this award."
}