Section one: Contracting authority
one.1) Name and addresses
West Sussex County Council
County Hall
Chichester
PO19 1RG
Contact
Daiga Allen
bsdprocurement@westsussex.gov.uk
Country
United Kingdom
Region code
UKJ27 - West Sussex (South West)
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://atamis-7669.my.site.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://atamis-7669.my.site.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned 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
WSCC -Integrated Sexual Health Service
Reference number
C21401
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
Integrated Sexual Services requirement for West Sussex for the duration of 7 years (5+2).
two.1.5) Estimated total value
Value excluding VAT: £31,850,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
two.2.4) Description of the procurement
This procurement is being conducted under the Health Care Services (Provider Selection Regime) Regulations 2023, using the PSR Competitive Process.
West Sussex County Council (WSCC) is inviting suitably qualified and experienced providers to submit offers for the delivery of a specialist Integrated Sexual Health Service across West Sussex. The service must include both in-person and online provision, offering confidential, open-access sexual and reproductive health services.
In addition, WSCC requires:
• Delivery of outreach, health promotion and prevention activities to address population needs and reduce health inequalities.
• Provision of clinical leadership across all sexual health service providers in West Sussex to support a cohesive and integrated offer for the local population.
Offers will be evaluated against the following PSR Key Criteria: (Total Weighting: 100%)
• Quality and Innovation – 35%
• Value – 10%
• Integration, Collaboration and Service Sustainability – 20%
• Improving Access, Reducing Health Inequalities and Facilitating Choice – 20%
• Social Value – 10%
• Mobilisation Plan – 5% (additional criterion to assess readiness and implementation capability)
Note: Offers exceeding £4,550,000 per annum will not be accepted and will be deemed non-compliant.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £31,850,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2026
End date
31 July 2033
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Contract may be extended by up to 2 years. For clarity, that is until 31/07/2033.
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
To access the eProcurement portal to access relevant documentation relating this
opportunity, please follow the instructions below:
1. Go to https://atamis-7669.my.site.com/s/Welcome
(and click the link to register (If your organisation has not registered previously)
2. Once registered, login into the system and look for ' WSCC -Integrated Sexual Health Service' under the reference number 'C21401',
This is a Provider Selection Regime (PSR) Contract Notice inviting offers via a Competitive Process.
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 procurement.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Providers must demonstrate that the following requirements are currently in place or will be fully in place by the service commencement date (1 August 2026).
• CQC Registration: The provider must hold, or be in the process of securing, appropriate registration with the Care Quality Commission for the delivery of the specified services.
• Clinical Qualifications: All clinical staff must hold qualifications that meet national standards, including alignment with British Association for Sexual Health and HIV (BASHH) and Faculty of Sexual and Reproductive Healthcare (FSRH/CoSRH) guidance, where applicable.
• Safeguarding and DBS Compliance: The provider must have safeguarding policies and Disclosure and Barring Service (DBS) processes in place. These must be up to date and compliant with the Pan Sussex Child Protection Procedures and Pan Sussex Safeguarding Adult Procedures.
Information on how offers will be assessed (provided in the Procurement Document Pack):
Stage 1 – Mandatory exclusion checks (Pass/Fail).
Stage 2 – Basic Selection criteria assessment (Pass/Fail). At this stage also the Pricing Schedule is assessed (Pass/Fail).
Stage 3 – Key Criteria evaluation ( scored from 0-4 with weightings assigned to each question).
three.1.2) Economic and financial standing
List and brief description of selection criteria
Providers will be required to provide a copy of their audited accounts.
Providers will be required to have, or agree to take out, should they be successful, the following minimum levels of Insurance per delegated authority:
o Public liability insurance with a limit of indemnity of not less than ten million pounds (£10,000,000).
o Employers’ liability insurance with a limit of indemnity of not less than ten million pounds (£10,000,000).
o Professional indemnity insurance with a limit of cover of not less than five million pounds (£5,000,000) .
o Clinical negligence insurance cover with a limit of cover of not less than five million pounds (£5,000,000).
three.1.3) Technical and professional ability
List and brief description of selection criteria
Providers must provide evidence of previous experience delivering an integrated sexual health service or elements of this.
Providers are requested to provide details of up to three relevant previous contracts. Where a provider does not have any relevant experience, it must supply a statement of explanation.
Providers must confirm that data systems will be in place to ensure national reporting requirements can be met (currently CTAD Chlamydia Surveillance System, GUMCAD STI Surveillance System, HIV & AIDS Reporting System - HARS and Sexual and Reproductive Health Activity Data Set - SHRAD).
Providers must confirm that data systems will be in place to ensure activity is reported via Pathway Analytics.
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: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-034396
four.2.2) Time limit for receipt of tenders or requests to participate
Date
7 November 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
7 November 2025
Local time
12:00pm
Place
via portal
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The proposed service is based on current and known funding allocations. These may be subject to change during the life of the contract in response to future adjustments in local or central government funding.
The Contracting Authority is West Sussex County Council (WSCC), or any Successor Body that may assume WSCC’s functions as a result of Local Government Reorganisation (LGR) or Devolution. A Successor Body may include, but is not limited to, a Local Authority, Combined Authority, Combined County Authority, Strategic Authority, or any other entity established under relevant legislation.
The Parties acknowledge that during the term of the contract, the structure or responsibilities of local government entities may change, including through reorganisation, merger, or abolition. In such cases:
• WSCC may assign, novate, or otherwise transfer its rights and obligations under the contract to any successor body.
• The Provider shall cooperate fully to facilitate such transfer, including executing any necessary documentation.
• No compensation shall be payable solely due to such reorganisation, and no adjustment to the Contract Price shall be made unless expressly agreed by both parties.
If the reorganisation results in a material change to the scope, scale, or funding of the services, the parties shall review the Contract Value in good faith in accordance with clause 79 of the Contract. The Provider shall cooperate by providing relevant financial and operational data to support the review and any necessary modification. Any agreed adjustment shall be documented via formal contract variation and shall not constitute a material change in character unless determined under the PSR.
A Prior Information Notice (PIN) was published on 23 June 2025 (PIN Notice 034396-2025) to engage with the market. A presentation containing relevant background and service information is included in the procurement document pack.
six.4) Procedures for review
six.4.1) Review body
Cabinet Office - Public Procurement Review Service
1 Horse Guards Road
London
SW1A 2HQ
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/cabinet-office
six.4.2) Body responsible for mediation procedures
Public Procurement Review Service
Cabinet Office
London
SW1A 2HQ
Country
United Kingdom