Contract

Provision of an Integrated Community Sexual Health Service in Sefton

  • Sefton Council

F03: Contract award notice

Notice identifier: 2025/S 000-044962

Procurement identifier (OCID): ocds-h6vhtk-050cb9 (view related notices)

Published 31 July 2025, 6:18pm



Section one: Contracting authority

one.1) Name and addresses

Sefton Council

Magdalen House, Trinity Road

Bootle

L20 3NJ

Contact

Ms Julia Hedo

Email

julia.hedo@sefton.gov.uk

Telephone

+44 1519342455

Country

United Kingdom

Region code

UKD73 - Sefton

Internet address(es)

Main address

http://www.sefton.gov.uk/

Buyer's address

http://www.sefton.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

Provision of an Integrated Community Sexual Health Service in Sefton

Reference number

DN768081

two.1.2) Main CPV code

  • 85323000 - Community health services

two.1.3) Type of contract

Services

two.1.4) Short description

Sefton Council is appointing a provider to provide Integrated Sexual Health Services (ISHSs) in Sefton.

This is a Provider Selection Regime (PSR) intention to award notice in line with the Competitive Process. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023 (PSR). For the avoidance of doubt, the provisions of the Procurement Act 2023 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 decision makers by midnight on Tuesday 12th August 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.

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: £23,100,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKD73 - Sefton

two.2.4) Description of the procurement

This is a Provider Selection Regime (PSR) intention to award notice in line with the Competitive Process. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023 (PSR). For the avoidance of doubt, the provisions of the Procurement Act 2023 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 decision makers by midnight on Tuesday 12th August 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.

The Council has conducted this procurement in accordance with The Health Care Services (Provider Selection Regime) Regulations 2023 (Regulation 11, Competitive Process). Sefton Council's tendering portal, The Chest (www.the-chest.org.uk) has been used for this tender process. The reference number for this tender on the portal is DN768081.

Contract title: Provision of an Integrated Community Sexual Health Service in Sefton

Contract reference: DN768081

Name and address of the registered office or principal place of business of the provider to whom an award is to be made:

Brook Young People

Penhaligon House

Green Street

Truro, England

TR1 2LH

Description of the relevant health care services to which the contract relates, including the most relevant CPV code:

CPV Code: 85323000 - Community health services / 85100000 - Health services

Sefton Council is appointing a provider to provide Integrated Sexual Health Services (ISHSs) in Sefton.

Local authorities are responsible for improving the health of their local population and the commissioning of public health services, including sexual health services.

Sefton’s Public Health Commissioners’ ambitions for improving the sexual health and wellbeing of the people of Sefton are set out in the service specification that was issued with the tender documents. It acknowledges the need for close collaboration between Public Health Commissioners and the Provider to shape the service in response to local intelligence, sexual and reproductive health need, and the insight obtained through consultations with Sefton residents and other stakeholders.

The initial term of the Contract will be for four years from 1st April 2026 until 31st March 2030 with a proviso in the Contract documentation for the Council to have the option to extend the Contract up to a maximum of three years after the initial term.

The Council’s maximum budget for this contract is £3,300,000 exc. VAT per annum. The approximate lifetime value of the contract is £23,100,000 exc. VAT. The tender documents indicated that tenders including price proposals that exceed the ceiling price would be deemed non-compliant and would be rejected.

Agreed rates will be fixed for 36 months from the Contract start date. Any price variation following the 36-month fixed period will be subject to the percentage uplift to the available Public Health Grant awarded to the Council.

The price agreed for the contract is subject to the ongoing availability of sufficient funding. The Council reserves the right to increase the budget should additional funding be available. Allocation of additional funding to this contract will be at the sole discretion of the Council.

Approximate lifetime value of the contract: £23,100,000 over the life of the contract including extensions

Award decision-makers: The Cabinet Members of Sefton Metropolitan Borough Council

Reasons for selecting the chosen provider:

Two tender submissions were received. A tender was rejected due to their bid exceeding the maximum ceiling price stated in the tender documents for the fixed price period of the contract.

Basic selection criteria were applied to the tenders on a pass / fail basis with the successful provider achieving a pass.

Contract award criteria were designed taking into account the Provider Selection Regime 2023’s five key criteria. The award criteria were split into the following sections:

• Quality questions 50%

• Social value 10%

• Price 5%

• Presentation and interview 35%

The assessment of the remaining tender response in relation to the award criteria was undertaken by a panel of members with expertise in public health and overseen by the Council’s procurement department. The successful provider achieved an overall score of 66.45%.

Conflicts or potential conflicts of interest and how they were managed

No conflict of Interests have been declared

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Quality criterion - Name: Social Value / Weighting: 10

Quality criterion - Name: Presentation / Interview / Weighting: 35

Price - Weighting: 5

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

This is a Provider Selection Regime (PSR) intention to award notice in line with the Competitive Process. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023 (PSR). For the avoidance of doubt, the provisions of the Procurement Act 2023 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 decision makers by midnight on Tuesday 12th August 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-018934


Section five. Award of contract

Contract No

DN768081

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

31 July 2025

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 2

Number of tenders received by electronic means: 2

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

five.2.3) Name and address of the contractor

Brook Young People

Penhaligon House, Green Street

Truro

TR1 2LH

Country

United Kingdom

NUTS code
  • UKK3 - Cornwall and Isles of Scilly
The contractor is an SME

No

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

Total value of the contract/lot: £23,100,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Review procedures are as set out in The Health Care Services (Provider Selection Regime) Regulations 2023.