Contract

Genito Urinary Medicine (GUM) & Sexual Reproductive Health (SRH) Services

  • London Borough of Hammersmith and Fulham

F03: Contract award notice

Notice identifier: 2025/S 000-034659

Procurement identifier (OCID): ocds-h6vhtk-05526d

Published 24 June 2025, 11:25am



Section one: Contracting authority

one.1) Name and addresses

London Borough of Hammersmith and Fulham

Town Hall, king street

London

W6 9JU

Email

procurement@lbhf.gov.uk

Country

United Kingdom

Region code

UKI33 - Kensington & Chelsea and Hammersmith & Fulham

Internet address(es)

Main address

www.capitalesourcing.com

Buyer's address

https://www.lbhf.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

Genito Urinary Medicine (GUM) & Sexual Reproductive Health (SRH) Services

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

This notice is an intention to award notice for the purpose of Health Care Services (Provider Selection Regime) Regulations 2023, known as the PSR Regulations, where Direct Award Process C is being used.

The proposed contract award is for the provision of an open access specialist integrated sexual health service (ISHS) which includes sexually transmitted infections (STIs) and blood borne viruses (BBV) testing (including HIV), treatment and management; HIV prevention including pre-exposure prophylaxis (PrEP) and post-exposure prophylaxis (PEP); the full range of contraceptive provision; health promotion and prevention including relevant vaccinations.

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: £30,974,246.11

two.2) Description

two.2.2) Additional CPV code(s)

  • 85141000 - Services provided by medical personnel

two.2.3) Place of performance

NUTS codes
  • UKI33 - Kensington & Chelsea and Hammersmith & Fulham

two.2.4) Description of the procurement

This proposed contract award is for the provision of an open access specialist integrated sexual health service (ISHS) which includes sexually transmitted infections (STIs) and blood borne viruses (BBV) testing (including HIV), treatment and management; HIV prevention including pre-exposure prophylaxis (PrEP) and post-exposure prophylaxis (PEP); the full range of contraceptive provision; health promotion and prevention including relevant vaccinations.

The proposed contract also requires evidence based care, centred on recognised national best practice and guidance, adapted to the needs of local populations, especially those at greater risk of poor sexual health outcomes, together with a proactive approach to academic partnerships and links, will support improved outcomes, innovation and increasing the responsiveness, effectiveness and quality of services.

As well as directly providing clinical services, the proposed contracts has a requirement for local clinical services to cooperate with the London sexual health e-service procured on behalf of participating councils in the London Sexual Health Programme (LSHP), and to establish clear local pathways with other local and regional services.

Core services provided to residents of the contracting authority and the wider Inner Northwest London region (Royal Borough of Kensington and Chelsea, Westminster City Council and Hammersmith and Fulham) sub-region will be charged via the Integrated Sexual Health Tariff (ISHT). The proposed provider will be responsible for cross-charging other councils for use of these services by their residents. Locally agreed targeted services will be funded outside of the ISHT via a ring-fenced budget.

This notice is an intention to award a contract under Direct Award Process C to the existing provider.

The Approximate lifetime value of the contract is £30,974,246

The proposed contract is to commence on or around the 01/08/2025 ending on 31/07/2027, with the option to extend for an additional period of up to four years ending on 31/07/2031.

two.2.5) Award criteria

Quality criterion - Name: the existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard / Weighting: 100

Price - Weighting: 0

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Proposed award of a contract under Direct Award Process C of the Health Care Services (Provider Selection Regime)


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • 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 Procurement Act 2023 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 the relevant authority by midnight 4th July 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR

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

The procurement is covered by the Government Procurement Agreement: No


Section five. Award of contract

Title

Genito-Urinary Medicine (GUM) & Sexual Reproductive Health (SRH) Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

24 June 2025

five.2.2) Information about tenders

Number of tenders received: 1

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

five.2.3) Name and address of the contractor

Chelsea and Westminster Hospital NHS Foundation Trust

369 Fulham Rd

London

SW10 9NH

Country

United Kingdom

NUTS code
  • UKI33 - Kensington & Chelsea and Hammersmith & Fulham
The contractor is an SME

No

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

Total value of the contract/lot: £30,974,246


Section six. Complementary information

six.3) Additional information

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 publication of this notice marks the start of the standstill period under Direct Award Process C. Representations by providers must be made to the relevant authority by midnight on 04/07/2025. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the Direct Award Process C of the PSR.

Written representations can be made to procurement@lbhf.gov.uk

The director responsible for this Decision is the Executive Director - People

There were no declared conflicts of interest.

The basis for awarding this proposed Contract was in accordance with the PSR Regulations and included:

(a) The Authority satisfying itself that the considerable change threshold was not met

(b) The Authority satisfying itself that the existing provider is satisfying its existing contract and will likely satisfy the proposed contract to a sufficient standard , including assessment against the Basic Selection Criteria (proposed provider met the basic selection criteria of Schedule 16 via assessment of a standard questionnaire) and against the Key Criteria set out in the PSR Regulations and briefly described below.

1. Quality and Innovation

2. Value

3. Integration, collaboration and service sustainability

4. Improving Access, reducing health inequalities, and facilitating choice

5. Social Value

The Authority carried out an assessment of method statements corresponding to Key Criteria which were submitted by the proposed provider, and was satisfied that the proposed provider would be able to meet the proposed requirements of the new service contract to a sufficient standard.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

Country

United Kingdom