Section one: Contracting authority
one.1) Name and addresses
NHS Shared Business Services Limited
Three Cherry Trees Lane
Hemel Hempstead
HP27AH
Country
United Kingdom
Region code
UK - United Kingdom
Companies House
05280446
Internet address(es)
Main address
one.4) Type of the contracting authority
Other type
Public Sector Framework Provider https://www.sbs.nhs.uk/nhs-sbs-about-us
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Online Sexual Health Services
Reference number
SBS10255
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Shared Business Services Limited (NHS SBS) act in an Agency capacity for and on behalf of its customers (Approved Organisations) - existing and new. These comprise of NHS and Social Care organisations (whether acting individually, or on behalf of, or together as members of any consortia) along with any other public or private sector bodies which NHS SBS authorises to use the resulting Framework.
NHS SBS intends to put in place a Framework Agreement under the Provider Selection Regime for Online Sexual Health Services. The aim of the Online Sexual Health Services Framework is to implement a contractual vehicle to facilitate the efficient procurement of quality, value for money Online Sexual Health Services, including:
Lot 1 - Online STI Testing and Treatment
Lot 2 - Online Contraception
Lot 3 - Online PreP and PEP
Our Approved Organisation list can be found on:
https://sbs.nhs.uk/proc-framework-agreements-support
Approved Organisations are NHS and Social Care organisations (whether acting individually, or on behalf of, or together as members of any consortia) or any combined authority, integrated care board, local authority, NHS England, NHS foundation trust, NHS trust or any other body listed as a "relevant authority" in the National Health Service Act 2006, which the Authority authorises to use the resulting Framework. These organisations, for the purpose being a principal to the framework agreement under the Health Care Services (Provider Selection Regime) Regulations are identifiable on the list of Approved Organisations and may be added to from time to time.
We are committed to working with suppliers who are dedicated to Sustainability and Social Value and there will be a significant weighting on these elements in the tender.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £95,000,000
two.2) Description
two.2.1) Title
Online STI Testing and Treatment
Lot No
1
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot is for the provision of an online STI testing and treatment service for the following STIs (including Pathology):
HIV
Hep B
Hep C
Syphilis
Gonorrhoea
Chlamydia
Core services include, but are not limited to:
Online Service User Interface
Triaging of Service Users
Pathology/Laboratory Services
Managing reactive results / arranging confirmatory testing - e.g. for Syphilis and HIV
Results notification
Referral / signposting of Service Users with a positive / reactive result
Remote prescribing of treatment - e.g. treatment for uncomplicated chlamydia
Contact tracing / partner notification
Data collection and reporting
Clinicians are also provided as part of the overall managed service to evaluate results online, prescribe treatment for identified STIs and to refer Service Users to follow up services if required.
This notice is an intention to conclude a framework agreement using the competitive process.
The approximate lifetime value of the Framework is £95,000,000.
All relevant authorities in England and Wales are eligible to call off services under this resulting framework agreement.
The duration of the framework agreement is 4 years from commencement date.
This is for new services or as a compliant route to market for existing services.
two.2.5) Award criteria
Quality criterion - Name: PSR Key Criterion 1 - Quality and Innovation / Weighting: 40
Quality criterion - Name: PSR Key Criterion 3 - Integration collaboration, and service sustainability / Weighting: 25
Quality criterion - Name: PSR Key Criterion 4 - Improving access, reducing health inequalities, and facilitating choice / Weighting: 10
Quality criterion - Name: PSR Key Criterion 5 - Social Value / Weighting: 10
Price - Weighting: 15
two.2.11) Information about options
Options: No
two.2.14) Additional information
Under the Provider Selection Regime, the Authority reserves the right to reopen the competition to new bidders at any time throughout the lifecycle of this Framework. Reopening will be advertised as required under PSR legislation and conducted via our sourcing portal using the same evaluation criteria for all bidder submissions.
two.2) Description
two.2.1) Title
Online Contraception
Lot No
2
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot is for the provision of online routine and emergency contraception, including pregnancy tests. Core services include, but are not limited to:
remote assessment (based on criteria such as age and postcode of residence etc).
prescribing of routine and emergency hormonal contraception.
arranging for the dispensing and supply of medication.
Products/Services to be supplied under this lot include, but are not limited to:
Routine Contraception:
Progestogen-only contraceptive pill
Combined contraceptive pills
Contraceptive patch
Self-administered contraceptive injection
Emergency Hormonal Contraception:
Levonorgestrel
Ulipristal acetate
Additional Services:
Pregnancy Testing - provided by post or collection from a pharmacy along with Emergency Hormonal Contraception (EHC). This must include accompanying advice on how and when to use, so the Service User can rule out EHC failure or pregnancy.
Online condom distribution schemes (C-card)
Any STI tests that maybe required as part of the overall service delivery in Lot 2 can be provided by the awarded Suppliers in this lot or can be sourced directly from the awarded Suppliers in Lot 1.
This notice is an intention to conclude a framework agreement using the competitive process.
The approximate lifetime value of the Framework is £95,000,000.
All relevant authorities in England and Wales are eligible to call off services under this resulting framework agreement.
The duration of the framework agreement is 4 years from commencement date.
This is for new services or as a compliant route to market for existing services.
two.2.5) Award criteria
Quality criterion - Name: PSR Key Criterion 1 - Quality and Innovation / Weighting: 40
Quality criterion - Name: PSR Key Criterion 3 - Integration collaboration, and service sustainability / Weighting: 25
Quality criterion - Name: PSR Key Criterion 4 - Improving access, reducing health inequalities, and facilitating choice / Weighting: 10
Quality criterion - Name: PSR Key Criterion 5 - Social Value / Weighting: 10
Price - Weighting: 15
two.2.11) Information about options
Options: No
two.2.14) Additional information
Under the Provider Selection Regime, the Authority reserves the right to reopen the competition to new bidders at any time throughout the lifecycle of this Framework. Reopening will be advertised as required under PSR legislation and conducted via our sourcing portal using the same evaluation criteria for all bidder submissions.
two.2) Description
two.2.1) Title
Online PrEP and PEP
Lot No
3
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
his lot will support Approved Organisations in their aim to move away from face-to-face treatment in Level 3 Clinics and towards an online service for accessing PrEP and PEP. The lot will provide Service Users with access to preventative medication for HIV and STIs, as well as medication to be taken in the event of exposure.
This lot is for the provision of online access to Exposure Prophylaxis including, but not limited to:
Pre-Exposure Prophylaxis (PrEP)
Post-Exposure Prophylaxis (PEP)
Doxy Pre-Exposure Prophylaxis (DPrEP)
Doxy Post-Exposure Prophylaxis (DPEP)
Services provided under this lot include but are not limited to:
Outsourcing of the entire service (if required) to include:
Online assessment for eligibility
Clinical assessment
Prescription and supply the medication
Delivery/collection
Ongoing monitoring (quarterly test for HIV and STIs plus annual kidney function test).
This notice is an intention to conclude a framework agreement using the competitive process.
The approximate lifetime value of the Framework is £95,000,000.
All relevant authorities in England and Wales are eligible to call off services under this resulting framework agreement.
The duration of the framework agreement is 4 years from commencement date.
This is for new services or as a compliant route to market for existing services.
two.2.5) Award criteria
Quality criterion - Name: PSR Key Criterion 1 - Quality and Innovation / Weighting: 40
Quality criterion - Name: PSR Key Criterion 3 - Integration collaboration, and service sustainability / Weighting: 25
Quality criterion - Name: PSR Key Criterion 4 - Improving access, reducing health inequalities, and facilitating choice / Weighting: 10
Quality criterion - Name: PSR Key Criterion 5 - Social Value / Weighting: 10
Price - Weighting: 15
two.2.11) Information about options
Options: No
two.2.14) Additional information
Under the Provider Selection Regime, the Authority reserves the right to reopen the competition to new bidders at any time throughout the lifecycle of this Framework. Reopening will be advertised as required under PSR legislation and conducted via our sourcing portal using the same evaluation criteria for all bidder submissions.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
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 000-007628
Section five. Award of contract
Contract No
SBS10255
Lot No
1
Title
Online STI Testing and Treatment
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
11 August 2025
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 5
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Anne's Day LTD
c110, Cocoa Studios Biscuit Factory, 100 Drummond Road
London
SE16 4DG
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
1104478
Internet address
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
British Pregnancy Advisory Service BPAS
Ground Floor Orion House, 2 Athena Drive, Tachbrook Park
Leamington Spa
CV34 6RQ
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
1803160
Internet address
The contractor is an SME
No
five.2.3) Name and address of the contractor
Better 2 Know Limited
Kirkby Lonsdale Business Park, Kirkby Lonsdale
Cumbria
LA6 2GT
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
7509860
Internet address
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Preventx Limited
Meadowhall Business Park, Carbrook Hall Rd
Sheffield
S9 2EQ
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
6603033
Internet address
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Randox Health London Limited
143 - 149 Great Portland Street, Marylebone
London
W1W 6QN
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
9102173
Internet address
https://randoxhealth.com/en-GB/
The contractor is an SME
No
five.2.3) Name and address of the contractor
SH:24 CIC
Fora, 241 Southwark Bridge Road
London
SE1 6FP
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
8737119
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £95,000,000
Section five. Award of contract
Contract No
SBS10255
Lot No
2
Title
Online Contraception
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
11 August 2025
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 2
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Better 2 Know Limited
Kirkby Lonsdale Business Park, Kirkby Lonsdale
Cumbria
LA6 2GT
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
7509860
Internet address
https://www.better2know.co.uk/
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Preventx Limited
Meadowhall Business Park, Carbrook Hall Rd
Sheffield
S9 2EQ
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
6603033
Internet address
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
SH:24 CIC
Fora, 241 Southwark Bridge Road
London
SE1 6FP
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
8737119
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £95,000,000
Section five. Award of contract
Contract No
SBS10255
Lot No
3
Title
Online PrEP and PEP
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
11 August 2025
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Preventx Limited
eadowhall Business Park, Carbrook Hall Rd
Sheffield
S9 2EQ
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
6603033
Internet address
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
SH:24 CIC
Fora, 241 Southwark Bridge Road
London
SE1 6FP
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
8737119
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £95,000,000
Section six. Complementary information
six.3) Additional information
Framework Agreement commencement date: 29/10/2025
Framework Agreement End Date: 28/10/2029
Term: 48 months
The value provided in II.1.7 is only an estimate. NHS SBS cannot guarantee to successful Suppliers any business through this Framework Agreement. Spend and volumes may vary throughout the life of the Framework Agreement from the anticipated levels given in this notice. We are unable to break down the anticipated value for each lot hence sections V.2.4 each use the total value for the framework agreement as included in section II.1.7.
Some purchases under this Framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations. In such cases, Call-off Contracts from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and Approved Organisations may, at their discretion, modify the terms and conditions of any Call-off Contracts to reflect that Approved Organisation's specific needs.
This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this framework agreement 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 the relevant authority by 12th September 2025.
This framework agreement has not yet been formally concluded; this notice serves as an intention to establish the framework agreement under the PSR.
The award decision makers are the quorate members of the NHS SBS Procurement Review Board on 11.08.2025. No conflicts or potential conflicts of interest of individuals making the decision were identified.
The Key Criteria and its relative importance are detailed below. The Key Criteria and weightings were selected based on their relevance to the services being delivered, aligning with the specification and requirements of Approved Organisations.
As detailed in the tender collateral and Contract Notice we are intending to award to all Suppliers who passed the Basic Selection Criteria and met the threshold award score of 55% or above when providing a response to the Key Criteria.
Quality Criterion Weighting
PSR Key Criteria - 40%
Criterion 1 Quality
and Innovation
PSR Key Criteria - 25%
Criterion 3 Integration,
collaboration, and
service sustainability
PSR Key Criteria - 10%
Criterion 4 Improving
access, reducing health
inequalities, and
facilitating choice
PSR Key Criteria - 10%
Criterion 5 Social Value
PSR Key Criteria - 15%
Criterion 2 Value
six.4) Procedures for review
six.4.1) Review body
NHS Shared Business Services
Hemel Hempstead
Country
United Kingdom