Section one: Contracting authority/entity
one.1) Name and addresses
Medway Council
Medway Council, Gun Wharf, Dock Road
Chatham
ME4 4TR
Contact
Mr James Welch
Country
United Kingdom
Region code
UKJ41 - Medway
Internet address(es)
Main address
Buyer's address
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Medway Integrated Sexual Health Service (including HIV Treatment and Care)
Reference number
DN754542
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
The provision of open access sexual health services is a mandated function for Local Authorities under regulation 6 of the Local Authorities (Public Health Function and Entry to premises by local Healthwatch Representatives) Regulations 2013. Medway has an integrated sexual health service that delivers HIV Treatment and Care services in partnership with NHS England.
The service provision is divided into two elements with both elements awarded to one and the same lead provider.
Element 1 – a contract with Medway Council for the provision of Specialist Clinical Service (Sexual and reproductive health) that includes the following services:
• Hub and Spoke clinics offering a full level 1-3 service (STI prevention, detection and treatment, Contraception, and associated functions)
• Self-managed care including health education, online testing, and harm reduction
• Outreach to schools, colleges and other organisations to promote the service
• Outreach to groups who face additional barriers accessing services
• Psychosexual therapies; short to medium term therapy
• National Chlamydia Screening Programme
• Condom scheme
• Long Acting Reversible Contraception fitting and removal in primary care
• Emergency Oral Contraception in Pharmacies
• Pre-Exposure Prophylaxis (PrEP)
• Post Exposure Prophylaxis after sexual exposure (PEPSE)
• Out of Area payments and invoicing (Provider holds the budget within core contract value)
Element 2 – Adult HIV Treatment and Care Services delivered in accordance with the national service specification
Section six. Complementary information
six.6) Original notice reference
Notice number: 2025/S 000-009258
Section seven. Changes
seven.1.2) Text to be corrected in the original notice
Section number
VI.3
Instead of
Text
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 do not apply to this
award. The standstill period begins on the day after
the publication of this notice. Representations by
providers must be made to decision makers by 25
March 2025. This contract has not yet formally been
awarded; this notice serves as an intention to
award under the PSR.
Written representations should be sent to
Decision makers: Procurement Board, Public
Health Improvement Programme Manager, Public
Health Head of Service and Category Manager.
There are no declared conflicts of interest.
The Provider was evaluated against the key criteria
and achieved a pass for all criteria:
Criterion 1: Improving access, reducing health
inequalities, and facilitating choice – weighting 30%
The Provider demonstrated understanding of
barriers and enablers to support those who be less
likely to access services. The delivery model has
proved effective with a good range of clinical, in
reach and outreach activities. Innovation has been
evident throughout the contract, and the provider
has evidenced strong and respected online
provision of STI testing kits with good return rates.
The Provider has demonstrated a strong use of
digital platforms with an effective website, web chat,
text chat, online health promotion materials, and
active social media. Preventative interventions such
as the condom distribution scheme have been
effective and improved during the current contract.
Criterion 2: Integration, collaboration and service
sustainability – weighting 25%
The Provider has worked as a system leader
including through the Women’s Health Hubs, PreP,
Mpox vaccinations and development of
alternative/innovative methods of service delivery.
They have made services accessible to women,
LGBTQI groups and older adults. The Provider has
evidenced working with private, statutory and
voluntary sectors, and building pathways to deliver
effective HIV care to adults and the use of peer
supporters.
Criterion 3: Quality and Innovation – weighting 20%
The Provider evidenced quality with their recent
CQC rating of outstanding, strong safeguarding
processes, and transparent data reporting during
the current contract. The Provider has
demonstrated that innovation has been central to
the service development since 2016 and improved
patient choice, long-acting reversible contraception
processes, online testing, and the online condom
scheme. The Provider has demonstrated service
user engagement, co design, and co-delivery
through the peer programme and evidenced that
the learning been disseminated to the wider
system.
Criterion 4: Social value - weighted 5%
The provider has set out social value commitments
in accordance with the Council's Social Value
requirements.
Criterion 5: Value - weighted 20%
The Provider confirmed delivery of the service
within the financial envelope.
In conclusion, the Provider has demonstrated
delivery of high quality, cost effective and
accessible sexual health services since 2016 and
assured commissioners that this will continue in the
new contract.
Read
Text
This is a Provider Selection Regime (PSR) confirmation of contract award notice. This contract has been awarded under 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. This contract has now been formally awarded using direct award process C.
- Contract award date - 27 March 2025
- The contract will commence 1 April 2025 for 3 years to 31 March 2028 with the option, at the discretion of the relevant contracting authorities to extend for a further 2 years.
- Contract value £17,813,090.
There are no conflicts of interest.