Section one: Contracting authority
one.1) Name and addresses
London Borough of Newham
Newham Dockside
London
E162QU
procurement.support@newham.gov.uk
Country
United Kingdom
Region code
UKI41 - Hackney and Newham
Public Procurement Organisation Number
PYBN-4422-TNXJ
Internet address(es)
Main address
one.1) Name and addresses
London Borough of Redbridge
Lynton House, 255-259 High Road
Ilford
IG1 1NY
Country
United Kingdom
Region code
UKI53 - Redbridge and Waltham Forest
Public Procurement Organisation Number
PPZX-9247-ZGQQ
Internet address(es)
Main address
one.1) Name and addresses
London Borough of Waltham Forest
Waltham Forest Town Hall, Forest Road
Walthamstow, London
E17 4JF
procurement@walthamforest.gov.uk
Country
United Kingdom
Region code
UKI53 - Redbridge and Waltham Forest
Public Procurement Organisation Number
PPJN-6757-NZZZ
Internet address(es)
Main address
https://www.walthamforest.gov.uk/
one.1) Name and addresses
London Borough of Tower Hamlets
New Town Hall
London
E1 1BJ
procurement@towerhamlets.gov.uk
Country
United Kingdom
Region code
UKI42 - Tower Hamlets
Public Procurement Organisation Number
PQBL-2673-MVYG
Internet address(es)
Main address
http://www.towerhamlets.gov.uk
one.2) Information about joint procurement
The contract involves joint procurement
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
Inner North East London (INEL) Integrated Sexual and Reproductive Health (ISHS) Service
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
This contract is to cover the specialist integrated sexual health services (ISHSs) that local authorities are responsible for commissioning, including (but not limited to) testing and treatment and follow-up for sexually transmitted infections (STIs), the provision of HIV PrEP, provision of the full range of contraception (including complex contraception), health promotion and prevention including relevant vaccination and Psychosexual support.
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: £85,143,471.49
two.2) Description
two.2.2) Additional CPV code(s)
- 85140000 - Miscellaneous health services
- 85323000 - Community health services
two.2.3) Place of performance
NUTS codes
- UKI4 - Inner London – East
- UKI5 - Outer London – East and North East
two.2.4) Description of the procurement
The contract covers the specialist integrated sexual health services (ISHSs) that local authorities are responsible for commissioning, including (but not limited to) testing and treatment and follow-up for sexually transmitted infections (STIs), the provision of HIV PrEP , provision of the full range of contraception (including complex contraception), health promotion and prevention including relevant vaccination and Psychosexual support. It is recognised that these services form part of a wider landscape of local provision.
This notice is an intention to award a contract under Direct Award Process C of the Provider Selection Regime to the existing provider.
The Approximate lifetime value of the contract is £85,143,471.49
Newham:£28,656,036.30
Redbridge:£4,085,308.97
Tower Hamlet:£35,177,768.29
Waltham Forest:£17,224,358.93
The proposed contract is to commence on or around the 01/12/2025 ending on 30/11/2030, with the option to extend for an additional period of up to three years ending (1+1+1) .
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: Yes
Description of options
Option to extend for up to a further period of 3 years as three one year extension options (1+1+1) at the sole in discretion of the Authorities and in line with the governance processes of the named Authorities
two.2.14) Additional information
This is a notice of the Authority's intention to award the proposed contract for the Service to the existing provider pursuant to Regulation 9 (3) of the Health Care Services (Provider Selection Regime) Regulations 2023, Direct Award Process C.
For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award and neither does Procurement Act 2023. This is not tender process under either of those regulations.
The publication of this notice marks the start of the standstill period. Representations by providers must be made in writing in accordance with Regulation 12 (3) of the PSR to the Authority before midnight at the end of the 26th of October 2025 via email:procurement.support@newham.gov.uk
This contract has not yet formally been awarded; this notice serves as an intention to award a contract under Direct Award Process C of the Provider Selection Regime
The approximate lifetime value of the contract is £85,143,471.49.
The new contract would commence on the 1st of December 2025 for a duration of 5 years with the option to extend for a further 3 years (1+1+1) at the sole in discretion of the Authorities and in line with there governance processes.
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:
As above, this is a notice of the Authorities named intention to award the proposed contract for the Service to the existing provider pursuant to Regulation 9 (3) of the Health Care Services (Provider Selection Regime) Regulations 2023, Direct Award Process C.
For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 and Procurement Act 2023 do not apply to this proposed contract award.
This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR
The publication of this notice marks the start of the standstill period.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
Section five. Award of contract
Contract No
1
Title
Inner North East London (INEL) Integrated Sexual and Reproductive Health (ISHS) Service
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
13 November 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
Barts Health NHS Trust
80 Newark Street
London
E1 2ES
Country
United Kingdom
NUTS code
- UKI42 - Tower Hamlets
Public Procurement Organisation Number
PVTL-5832-LMDG
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: £85,143,471.49
Total value of the contract/lot: £85,143,471.49
Section six. Complementary information
six.3) Additional information
This is a notice under Regulation 9 (3) of the PSR of the named Authorities in this notice intention to award the contract for the Service to the existing provider, Barts NHS Trust pursuant to Direct Award Process C of the PSR.
The total proposed contract is for 5 years (01/12/2025 -30/11/2030) with an option to extend up in yearly increments for a further 3 years at the discretion of the Councils named.
The total contract value for the 5 years plus the option to extend up in yearly increments for up to a further 3 years (1 +1+1) is estimated to be £85,143,471.49.
The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by midnight at the end of the 26th of October 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
Written representations can be made to: procurement.support@newham.gov.uk.
The award decision makers are:
Newham Council: Corporate Director of Adults & Health and Cabinet Member for Health & Adult Social Care and Transforming Newham for the Future
Tower Hamlets Council: Director of Public Health
Waltham Forest Council: Director of Public Health
Redbridge Council: Cabinet Member for Health & Social Care and Director of Public Health.
The award of this contract is subject to achieving final governance of each authority.
There were no declared conflicts of interest. The basis for awarding this proposed Contract was in accordance with the PSR Regulations and included:
(a) The Authority satisfying itself that the considerable change threshold was not met.
(b) The Authority satisfying itself that the existing provider is satisfying its existing contract and will likely satisfy the proposed contract to a sufficient standard , including assessment against the Basic Selection Criteria (proposed provider met the basic selection criteria of Schedule 16 via assessment of a standard questionnaire).
Quality and Innovation (20%)
Barts Health is recognised for consistently delivering high-quality care, with strong performance against KPIs and responsiveness to public health challenges. Innovations such as AI integration, targeted clinics, and outreach projects (e.g. E1 Clinic, Women 4 Women) demonstrate a forward-thinking approach. Overall, the provider is seen as capable of maintaining and enhancing quality under the new contract.
Value for Money (20%)
The provider shows a solid commitment to value through open book accounting, adaptability to financial pressures, and alignment with NHSE guidance. While cost benchmarking is limited that is a system-wide issue not within their control. Barts has demonstrated financial resilience and a willingness to optimise delivery models. Overall, the service meets expectations for value.
Integration, Collaboration and Sustainability (20%)
Barts Health has a strong track record of integrated service delivery, including co-location of clinics, system leadership, and collaborative initiatives like ExPAND-NEL and standardised PGDs. The provider's resilience during external challenges and commitment to sustainability are well-evidenced. . Overall, the provider is expected to continue delivering integrated and sustainable services.
Improving access, reducing health inequalities and facilitating choice (20%)
The provider has implemented several initiatives to improve access and tackle inequalities, including multilingual digital platforms, targeted outreach, and collaboration with online testing services. Overall, Barts shows commitment to equity and facilitating access to services that offers confidence for future delivery.
Social Value (20%). Barts Health demonstrates a strong commitment to social value through fair employment practices, environmental sustainability, and community engagement. It contributes positively to the local economy and supports inclusion and wellbeing through targeted programmes. Overall, the provider meets social value requirements.
Following assessment of the above key criteria, the existing provider scored 68% out of 100%.
Quality and Innovation: 16% out of 20%
Value: 12% out of 20% Integration,
Collaboration and Service Sustainability: 16% out of 20% · Improving Access, Reducing Health Inequalities and facilitating choice: 12% out 20%
Social Value: 12% out of 20%
Total Score 68% out 100%
six.4) Procedures for review
six.4.1) Review body
London Borough of Newham
Newham Dockside, 1000 Dockside Road,
London
E16 2QU
procurement.support@newham.gov.uk
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
This is a notice of an intention to make an award of the proposed contract for the Service to the existing provider, subject to the Health Care Services (Provider Selection Regime) Regulations 2023.
The proposed contract has not yet been awarded. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this proposed award. The publication of this notice marks the start of the standstill period. Representations by providers must be made in writing in accordance with Regulation 12(3) of the PSR to the Authority before midnight at the end of the 26th of October 2025:
The standstill period will begin on the day after the notice of intention to award is published on Find-a-Tender Service.
Any representations to the process must be received before midnight on the eighth working day after that day. Representations must be sent to the Authority in writing via to procurement.support@newham.gov.uk with reasons why the provider believes that the Authority has failed to apply the PSR correctly.
The provider must be able to set out reasonable grounds to support its belief. If any representations are received by the Authority during the standstill period, then it will remain open until the authority considers the representations and relevant information before making a further decision and submitting its formal response.
If the bidder wishes to continue with its representation after the Authority's formal response, then they will need to contact The Independent Patient Choice and Procurement Panel detailed below. The Independent Patient Choice and Procurement panel will be responsible for reviewing representations in relation to the Provider Selection Regime (PSR).
To use the Independent Patient Choice and Procurement Panel, bidders should read the terms on the NHS England website and email: england.procurementpanelinfo@nhs.net