Medway Integrated Sexual Health Service (including HIV Treatment and Care)

  • Medway Council

F14: Notice for changes or additional information

Notice identifier: 2025/S 000-011493

Procurement identifier (OCID): ocds-h6vhtk-04ecdc

Published 27 March 2025, 11:10am



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

Email

james.welch@medway.gov.uk

Country

United Kingdom

Region code

UKJ41 - Medway

Internet address(es)

Main address

http://www.medway.gov.uk/

Buyer's address

https://www.kentbusinessportal.org.uk


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

james.welch@medway.gov.uk and

claire.hurcum@medway.gov.uk.

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.