Section one: Contracting authority
one.1) Name and addresses
N H S Shared Business Services
Three Cherry Tree Lane
Hemel Hempstead
HP2 7AH
nsbs.categorymanagementsourcing@nhs.net
Country
United Kingdom
Region code
UK - United Kingdom
Companies House
05280446
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://discovery.ariba.com/rfx/22468102
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://discovery.ariba.com/rfx/22468102
one.4) Type of the contracting authority
Other type
Public Sector Framework Provider https://www.sbs.nhs.uk/nhs-sbs-about-us
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Online Sexual Health Services (SBS10255)
Reference number
SBS10255
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Shared Business Services act in an Agency capacity for and on behalf of its customers (Approved Organisations) - existing and new. These comprise of NHS and Social Care organisations (whether acting individually, or on behalf of, or together as members of any consortia) along with any other public or private sector bodies which NHS SBS authorises to use the resulting Framework.
NHS Shared Business Services Limited (NHS SBS) intends to put in place a Framework Agreement for the provision of Online Sexual Health Services to be used by NHS SBS Approved Organisations. Approved Organisations are NHS and Social Care organisations (whether acting individually, or on behalf of, or together as members of any consortia) or any combined authority, integrated care board, local authority, NHS England, NHS foundation trust, NHS trust or any other body listed as a "relevant authority" in the National Health Service Act 2006, which the Authority authorises to use the resulting Framework.
Please note that the previous name for this opportunity, as published in the PIN, was "Integrated Sexual Health Services".
Our Approved Organisation list can be found on: https://www.sbs.nhs.uk/services/framework-agreements-categories/
The Framework will be structured using the following Lots;
Lot 1 - Online STI Testing and Treatment
Lot 2 - Online Contraception
Lot 3 - Online PrEP and PEP
We are committed to working with suppliers who are dedicated to Sustainability and Social Value and there will be a significant weighting on these elements in the tender.
The term of the framework agreement will be 48 months.
two.1.5) Estimated total value
Value excluding VAT: £95,000,000
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
Online STI Testing and Treatment
Lot No
1
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot is for the provision of an online STI testing and treatment service for the following STIs (including Pathology):
HIV
Hep B
Hep C
Syphilis
Gonorrhoea
Chlamydia
Core services required by Approved Organisations include, but are not limited to:
Online Service User Interface
Triaging of Service Users
Pathology/Laboratory Services
Managing reactive results / arranging confirmatory testing - e.g. for Syphilis and HIV
Results notification
Referral / signposting of Service Users with a positive / reactive result
Remote prescribing of treatment - e.g. treatment for uncomplicated chlamydia
Contact tracing / partner notification
Data collection and reporting
Clinicians must also be provided as part of the overall managed service to evaluate results online, prescribe treatment for identified STIs and to refer Service Users to follow up services if required.
Bidders must deliver all the mandatory requirements as detailed in the Specification section of the Framework Agreement.
There are additional Basic Selection Questionnaire (SQ), Award Questionnaire (AQ) requirements, and Bidder Declarations applicable, and Bidders are asked to respond to these also.
Where the Bidder does not score a minimum of 55% in total (AQ and total Commercial score combined) the Authority shall exclude the submission from being appointed to the framework.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Framework due for renewal in 4 years
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Under the Provider Selection Regime, the Authority reserves the right to reopen the competition to new bidders at any time throughout the lifecycle of this Framework. Reopening will be advertised as required under PSR legislation and conducted via our sourcing portal using the same evaluation criteria for all bidder submissions.
two.2.14) Additional information
This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.
two.2) Description
two.2.1) Title
Online Routine and Emergency Contraception
Lot No
2
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot is for the provision of online routine and emergency contraception, including pregnancy tests. Supplier(s) must offer:
remote assessment (based on criteria such as age and postcode of residence etc).
prescribing of routine and emergency hormonal contraception.
arranging for the dispensing and supply of medication.
Products/Services to be supplied under this lot include, but are not limited to:
Routine Contraception:
Progestogen-only contraceptive pill
Combined contraceptive pills
Contraceptive patch
Self-administered contraceptive injection
Emergency Hormonal Contraception:
Levonorgestrel
Ulipristal acetate
Additional Services:
Pregnancy Testing - provided by post or collection from a pharmacy along with Emergency Hormonal Contraception (EHC). This must include accompanying advice on how and when to use, so the Service User can rule out EHC failure or pregnancy.
Online condom distribution schemes (C-card)
Any STI tests that maybe required as part of the overall service delivery in Lot 2 can be provided by the awarded Suppliers in this lot or can be sourced directly from the awarded Suppliers in Lot 1.
Bidders must deliver all the mandatory requirements as detailed in the Specification section of the Framework Agreement.
There are additional Basic Selection Questionnaire (SQ), Award Questionnaire (AQ) requirements, and Bidder Declarations applicable, and Bidders are asked to respond to these also.
Where the Bidder does not score a minimum of 55% in total (AQ and Price combined) the Authority shall exclude the submission from being appointed to the framework.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Framework due for renewal in 4 years
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Under the Provider Selection Regime, the Authority reserves the right to reopen the competition to new bidders at any time throughout the lifecycle of this Framework. Reopening will be advertised as required under PSR legislation and conducted via our sourcing portal using the same evaluation criteria for all bidder submissions.
two.2.14) Additional information
This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.
two.2) Description
two.2.1) Title
Online PrEP and PEP
Lot No
3
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot will support Approved Organisations in their aim to move away from face-to-face treatment in Level 3 Clinics and towards an online service for accessing PrEP and PEP. The lot will provide Service Users with access to preventative medication for HIV and STIs, as well as medication to be taken in the event of exposure.
This lot is for the provision of online access to Exposure Prophylaxis including, but not limited to:
Pre-Exposure Prophylaxis (PrEP)
Post-Exposure Prophylaxis (PEP)
Doxy Pre-Exposure Prophylaxis (DPrEP)
Doxy Post-Exposure Prophylaxis (DPEP)
Services provided under this lot include but are not limited to:
Outsourcing of the entire service (if required) to include:
Online assessment for eligibility
Clinical assessment
Prescription and supply the medication
Delivery/collection
Ongoing monitoring (quarterly test for HIV and STIs plus annual kidney function test).
There are additional Basic Selection Questionnaire (SQ), Award Questionnaire (AQ) requirements, and Bidder Declarations applicable, and Bidders are asked to respond to these also.
Where the Bidder does not score a minimum of 55% in total (AQ and Price combined) the Authority shall exclude the submission from being appointed to the framework.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Framework due for renewal in 4 years
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Under the Provider Selection Regime, the Authority reserves the right to reopen the competition to new bidders at any time throughout the lifecycle of this Framework. Reopening will be advertised as required under PSR legislation and conducted via our sourcing portal using the same evaluation criteria for all bidder submissions.
two.2.14) Additional information
This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.
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
Bidders must confirm that clinical professionals delivering the service hold the appropriate qualifications:
Nurses must be registered with the Nursing and Midwifery Council.
Doctors must be registered with the General Medical Council.
All clinical professionals must hold qualifications relevant to the services they are delivering.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
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.2.2) Time limit for receipt of tenders or requests to participate
Date
14 April 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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
14 April 2025
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this framework agreement 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 do not apply to this award.
The value provided in 2.6 is only an estimate based upon market value. NHS SBS cannot guarantee to successful Suppliers any business through this Framework Agreement. Spend and volumes may vary throughout the life of the Framework Agreement from the anticipated levels given in this notice.
six.4) Procedures for review
six.4.1) Review body
Independent Patient Choice and Procurement Panel
London
Country
United Kingdom