Contract

​Online Sexual Health Services​

  • NHS Shared Business Services Limited

F03: Contract award notice

Notice identifier: 2025/S 000-052711

Procurement identifier (OCID): ocds-h6vhtk-04e8e6 (view related notices)

Published 1 September 2025, 10:51am



Section one: Contracting authority

one.1) Name and addresses

NHS Shared Business Services Limited

Three Cherry Trees Lane

Hemel Hempstead

HP27AH

Email

nsbs.health@nhs.net

Country

United Kingdom

Region code

UK - United Kingdom

Companies House

05280446

Internet address(es)

Main address

https://www.sbs.nhs.uk/

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

https://www.yourdaye.com/

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

https://www.bpas.org/

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

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

https://www.preventx.com/

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

https://sh24.org.uk/

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

https://www.preventx.com/

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

https://sh24.org.uk/

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

https://www.preventx.com/

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

https://sh24.org.uk/

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