Contract

Integrated Clinical Sexual Health Service - PSR - Most Suitable Provider Process

  • Newcastle City Council

F03: Contract award notice

Notice identifier: 2026/S 000-000702

Procurement identifier (OCID): ocds-h6vhtk-05efbb

Published 6 January 2026, 2:21pm



Section one: Contracting authority

one.1) Name and addresses

Newcastle City Council

Civic Centre

Newcastle Upon Tyne

NE18QH

Contact

Amanda Robinson

Email

amanda.robinson@newcastle.gov.uk

Country

United Kingdom

Region code

UKC - North East (England)

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.newcastle.gov.uk/

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Integrated Clinical Sexual Health Service - PSR - Most Suitable Provider Process

Reference number

C-013978

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

This is an intention to award notice against the most suitable provider process under schedule 6 of the Provider Selection Regime for a new provider to provide an existing service.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £6,694,840

two.2) Description

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)

two.2.4) Description of the procurement

Newcastle City Council intends to identify the most suitable provider to deliver a comprehensive, open access, confidential and non-judgemental community sexual and reproductive health service. This process will be undertaken in accordance with The Health Care Services (Provider Selection Regime) Regulations 2023 and the Council will apply the Most Suitable Provider process under PSR, based on statutory criteria, including quality, value, and integration.

The Service will be available to anyone requiring sexual health advice, screening, treatment, or care, irrespective of age, place of residence, or GP registration, while targeting support to address local health inequalities. This includes:

• STI Testing and Treatment

• Full range of contraceptive services, including deep implant removal

• Pregnancy Testing

• Partner Notification

• Online booking of appointments with sexual health services

• Sexual health aspects of psychosexual counselling

• Pregnancy decision-making and referral pathways

• Specialist services focusing on young people, MSM, ethnic minority groups, and individuals with learning disabilities

• PrEP and PEP

• Co-ordination and delivery of the C-Card programme

• Co-ordination and delivery of the Chlamydia screening programme

• Sexual health promotion

• Targeted outreach focused in areas of greatest sexual ill health

• Support with training for primary care and community pharmacies

The Council's aims in providing the integrated clinical sexual health service are:

• Promoting good sexual health through primary prevention activities, including condom use, vaccination, HIV PrEP, behaviour change, and initiatives to reduce stigma associated with STIs, HIV, and unplanned pregnancy

• Providing rapid and easy access to STI and BBV testing, treatment, and management services through a variety of mechanisms, linking to the Digital Service Provider and creating pathways for referral

• Providing rapid and easy access to reproductive health services, including a full range of contraceptive services; supported referral to local NHS-funded abortion services; and support in planning pregnancy

The Service is to be provided from premises licensed to the provider for this purpose and will be for a term of two years. Providers should note the available budget and confirm their ability to deliver the service in line with the specification and within the set budget. Providers should also be aware of the timescales for service commencement on 1 March 2026.

two.2.5) Award criteria

Quality criterion - Name: Most Suitable Provider process with regard to the key criteria / Weighting: 100

Cost criterion - Name: Most Suitable Provider process with regard to the key criteria / Weighting: 0

two.2.11) Information about options

Options: No

two.2.14) Additional information

The procurement falls outside the scope of application of the regulations.

Explanation:

This is a Provider Selection Regime (PSR) intention to award 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 and the Procurement Act 2023 do not apply to this award.

This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR MSP process.

The standstill period begins on the day after the publication of this notice. Representations by providers must be made by 16 January 2026 via the Open platform https://www.open-uk.org.

Following the successful conclusion of the standstill period, this notice will be updated to confirm the award of the contract to South Tyneside & Sunderland NHS Foundation Trust in accordance with the Provider Selection Regime (PSR) and the Most Suitable Provider process.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2026/S 000-000658


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 January 2000

five.2.2) Information about tenders

Number of tenders received: 5

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

South Tyneside & Sunderland NHS Foundation Trust

Sunderland Royal Hospital

Sunderland

SR4 7TP

Country

United Kingdom

NUTS code
  • UKC - North East (England)
Justification for not providing organisation identifier

Not on any register

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £6,694,840

Total value of the contract/lot: £6,694,840


Section six. Complementary information

six.3) Additional information

This decision was made under the Provider Selection Regime (PSR) using the Most Suitable Provider (MSP) process. This is not a competitive procurement but involves an assessment against published key criteria to ensure transparency and accountability.

Key Criteria:

• Quality and innovation - 40%

• Value - 15%

• Integration, collaboration and service sustainability - 20%

• Improving access, reducing health inequalities and facilitating choice - 15%

• Social value - 10%

Five providers expressed an interest in delivering the contract. The Council had sufficient evidence and knowledge of all five providers to assess them against the key criteria.

Award Decision Panel:

• Public Health Consultant (Evaluator)

• Sexual Health Project Advisor (Evaluator)

• Public Health Practitioner (Evaluator)

• Public Health Practitioner (Note taker)

• Legal Counsel (Independent moderator)

Following evaluation, the Council determined that South Tyneside & Sunderland NHS Foundation Trust was the most suitable provider to deliver the service. This decision was based on their ability to meet the requirements within the financial envelope, ensure rapid mobilisation, and provide consultant and nursing staff cover. The provider is well integrated into local pathways and organisations, which supports effective service delivery and sustainability.

This decision has been made in accordance with the requirements of the Provider Selection Regime (PSR), ensuring that the process was fair, transparent, and proportionate. The Council has documented the rationale for its decision and this notice is published in line with PSR transparency obligations.

Conflict of Interest Statement

A potential conflict of interest was identified prior to the commencement of the design of the MSP process in that the Director of Public Health at Newcastle City Council is also Director of Public Health at Gateshead Council and therefore has an existing relationship with the successful provider. The individual therefore stepped away from the procurement process altogether prior to it commencing and her authority was delegated to the Public Health Consultant at Newcastle City Council, to lead the procurement process. The Director therefore was not involved in any aspects of the process to appoint the new provider for this service, including the preparation of the contract and the specification, the key evaluation criteria, and the evaluation process

six.4) Procedures for review

six.4.1) Review body

High Court of Justice (England & Wales)

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Any representations to be made in accordance with Regulation 12(3) of the PSR should be made before midnight on 16th January 2026.