Tender

Online Sexual Health Services (SBS10255)

  • N H S Shared Business Services

F02: Contract notice

Notice identifier: 2025/S 000-007628

Procurement identifier (OCID): ocds-h6vhtk-04e8e6 (view related notices)

Published 3 March 2025, 10:37am



Section one: Contracting authority

one.1) Name and addresses

N H S Shared Business Services

Three Cherry Tree Lane

Hemel Hempstead

HP2 7AH

Email

nsbs.categorymanagementsourcing@nhs.net

Country

United Kingdom

Region code

UK - United Kingdom

Companies House

05280446

Internet address(es)

Main address

https://www.sbs.nhs.uk/

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