Section one: Contracting authority
one.1) Name and addresses
London Borough of Bromley
Bromley Civic Centre, Churchill Court, 2 Westmoreland Road
Bromley
BR11AS
Country
United Kingdom
Region code
UKI61 - Bromley
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
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
Provision of Sexual Health Services
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
The Service provides an integrated sexual health service model in primary care to ensure statutory obligations are met and are provided alongside online and specialist clinic provision.
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: £1,340,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI61 - Bromley
Main site or place of performance
Services will be undertaken at various GP Practices located within the London Borough of Bromley.
two.2.4) Description of the procurement
The Service provides an integrated sexual health service model in primary care to ensure statutory obligations are met and are provided alongside online and specialist clinic provision. Under the contracts, opportunistic STI screening is offered by participating practices to their patients who do not have symptoms but are at risk of an infection and to offer HIV testing at appropriate patient contacts points such as to new patients at registration. GP Practices are also commissioned to increase the uptake of Long Acting Reversible Contraception (LARC). LARC is a more cost effective, non-user dependent method. It is recommended by NICE (National Institute of Clinical Excellence) as an effective method to prevent unplanned pregnancies, including teenage conceptions.
The Council is intending to award a contract to the existing group of providers i.e. Bromley GP Practices, following Direct Award process C of the Health Care Services (Provider Selection Regime) 2023.
The Service will commence on 1st April 2026 for a period of six years ending on 31st March 2032 with an approximate lifetime value of the Service of £1,340,000
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
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 Public Contracts Regulations 2015 do not apply to this award. The publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by 5th August 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: Yes
Section five. Award of contract
Title
Provision of Sexual Health Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
26 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
Bromley GP Practices
Bromley
Country
United Kingdom
NUTS code
- UKI61 - Bromley
Justification for not providing organisation identifier
Not on any register
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £1,340,000
Total value of the contract/lot: £1,340,000
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 or Procurement Act 2023 do not apply to this award. The publication of this notice marks the start of the 8 working day standstill period. Representations by providers must be made to decision makers by 5th August 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
Any written representations must be sent via email to: procurement@bromley.gov.uk
The Approval to proceed with the intent to award contract was agreed by the Council's Executive Committee on 16th June 2025. There have been no declared conflicts of interest relating to the procurement of this service.
Following a comprehensive assessment, the Council opted to proceed with Direct Award Process C, based on the sufficiency of the current GP Practices in meeting the service requirements and the key criteria outlined in the PSR. Findings from an internal audit from April 2025 confirmed that the current providers are delivering services to a satisfactory standard.
The Community Service does not have the capacity to provide enough clinical care to fully meet Bromley residents' requirements. GPs (with qualified practitioners) meet the requirements to provide an equitable service across the large geographic area of Bromley. Areas of high unplanned terminations or high need can be better provided with Sexual Health provision via the GP practices.
The Council's recent Contraception Needs Assessment demonstrates the growing need for services, and that the GP service are main provider that can meet this need. In addition, only the GP service have clinicians qualified to meet FSRH standards, as well as requirements documented more widely such as BASHH Standards. These professional standards are a Mandatory requirement.
The Council concluded that continuing with the existing GP Practices under Direct Award C would ensure continuity, maintain service quality, and support broader health system objectives.
Relative Importance of Key Criteria:
The key criteria were weighted to reflect their strategic importance in ensuring high-quality, sustainable, and equitable sexual health services. The following weightings were applied:
• Quality - 15%
• Value - 15%
• Service Sustainability - 15%
• Improving Access - 15%
• Integration & Collaboration - 10%
• Facilitating Choice - 10%
• Innovation - 5%
• Reducing Health Inequalities - 5%
• Social Value (including Net Zero) - 10%
These weightings reflect the Council's prioritisation of service quality, value for money, and long-term sustainability, while also ensuring alignment with national priorities such as reducing health inequalities, improving access, and supporting environmental and social value goals.
Rationale for the Relative Importance of Criteria:
• Quality, Value, and Sustainability (15% each) were given the highest weightings due to their direct impact on patient outcomes, cost-effectiveness, and the long-term viability of the service.
• Improving Access and Facilitating Choice (15% and 10%) were prioritised to ensure that services remain inclusive, equitable, and responsive to the needs of diverse populations.
• Integration & Collaboration (10%) was weighted to reflect the importance of seamless care pathways and alignment with broader health system strategies.
• Innovation and Reducing Health Inequalities (5% each) were recognised as important but secondary to the core service delivery and sustainability considerations.
• Social Value (10%) was mandated in line with NHS England's Net Zero Roadmap and reflects LBB's commitment to environmental and social responsibility.
Rationale for Choosing the Provider:
The decision to award the contract to the existing group of GP Practices was based on their strong performance across all key criteria:
• Quality: Providers met the quality threshold, supported by positive CQC reports, service user feedback, and robust governance frameworks.
• Value: The service demonstrated good value through cost-effectiveness, alignment with national benchmarks, and system-wide benefits.
• Sustainability: Maintaining the service within primary care supports workforce retention, continuity of care, and avoids destabilising secondary care services.
• Access and Choice: GP Practices are well-positioned to provide accessible, inclusive services and facilitate patient choice through established referral pathways.
• Integration: The providers operate within established Integrated Care Board (ICB) and Primary Care Network (PCN) structures, enabling effective collaboration.
• Innovation: While engagement in research was limited, providers demonstrated a commitment to adopting proven innovations and reducing inequalities.
• Social Value: The local delivery model minimises travel, supports environmental goals, and contributes to local economic and workforce development.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
The Strand, Holborn
London
Country
United Kingdom