Contract

Invitation to Participate in Dialogue for Sexual Related Health - Specialist Level 3 & Prevention Service

  • Norfolk County Council

F03: Contract award notice

Notice identifier: 2025/S 000-075573

Procurement identifier (OCID): ocds-h6vhtk-05e538

Published 20 November 2025, 11:35am



Section one: Contracting authority

one.1) Name and addresses

Norfolk County Council

County Hall, Martineau Lane

Norwich

NR12DH

Email

sourcingteam@norfolk.gov.uk

Country

United Kingdom

Region code

UKH15 - Norwich and East Norfolk

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.norfolk.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

Invitation to Participate in Dialogue for Sexual Related Health - Specialist Level 3 & Prevention Service

Reference number

NCCT42706

two.1.2) Main CPV code

  • 85323000 - Community health services

two.1.3) Type of contract

Services

two.1.4) Short description

This notice is an intention to award notice under the Health Care Services (Provider Selection Regime) Regulations 2023 - Direct Award Process C.

Norfolk County Council wishes to procure a service to support people across Norfolk at most risk of poor sexual and reproductive health outcomes to improve and maintain their sexual and reproductive health and relationship wellbeing. This is in line with the Norfolk & Waveney Integrated Care System's Health Inequalities Strategic Framework for Action (2024-34) and UK Health Security Agency's Health Equity for Health Security Strategy (2023-26) to achieve more equitable health security outcomes and narrow the health inequalities gap

The service will be responsible for delivery of a comprehensive range of evidence-based services, to support the sexual and reproductive health related needs of adults. This will include a flexible range of programmes and interventions across all modalities in each locality.

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: £61,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 85323000 - Community health services

two.2.3) Place of performance

NUTS codes
  • UKH15 - Norwich and East Norfolk
  • UKH16 - North and West Norfolk
  • UKH17 - Breckland and South Norfolk
Main site or place of performance

Norfolk

two.2.4) Description of the procurement

This notice is an intention to award notice under the Health Care Services (Provider Selection Regime) Regulations 2023 - Direct Award Process C.

Norfolk County Council wishes to procure a service to support people across Norfolk at most risk of poor sexual and reproductive health outcomes to improve and maintain their sexual and reproductive health and relationship wellbeing. This is in line with the Norfolk & Waveney Integrated Care System's Health Inequalities Strategic Framework for Action (2024-34) and UK Health Security Agency's Health Equity for Health Security Strategy (2023-26) to achieve more equitable health security outcomes and narrow the health inequalities gap

The service will be responsible for delivery of a comprehensive range of evidence-based services, to support the sexual and reproductive health related needs of adults. This will include a flexible range of programmes and interventions across all modalities in each locality.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 100

Price - Weighting: 0

two.2.11) Information about options

Options: No

two.2.14) Additional information

The value in this notice is the value for 10 years excluding VAT and excluding any fee uplift as per the terms and conditions. The Contract is for 10 years from 1st April 2026 to 31 March 2036


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

  • New works/services, constituting a repetition of existing works/services

Explanation:

The process followed was Direct Award C under the Provider Selection Regime ( award to an existing provider). The term of the existing contract for Specialist Level 3 & Prevention Services is due to expire on 31 March 2026 and Norfolk County Council proposes that a new contract is put in place to replace the existing contract at the end of its term. This is not a procurement for a Framework Agreement.

The standstill will start on 21 November and will finish on 2 December being 8 working days following the date of publication of this notice.

No conflicts of interest were declared for this procurement.

The decision makers are:- Assistant Director, Public Health Commissioning and Head of Complex Transactions and Sourcing.

A panel from Norfolk County Council was formed to decide whether taking into account the key criteria and applying the basic selection criteria, whether it was content that the existing provider is satisfying the original contract. The panel assessed amongst other matters, KPI performance and financial performance and concluded that the existing provider is satisfying the original contract to a sufficient standard. Basic selection criteria ( as per Schedule 16 of the Act) was also passed by Cambridge Community Services. The panel also assessed that the considerable change threshold as defined in the Act had not been met.

Norfolk County Council then assessed whether Cambridgeshire Community Services will likely satisfy the proposed new contract to a sufficient standard. On reviewing Cambridge Community Services method statements for the proposed new contract, the panel assessed these as good, meeting the material requirements of the specification, evidencing good practice and being detailed and clear about what would be delivered and how.

The panel were therefore content that the tests for a Direct Award 1C had been met and that a contract should provisionally be offered to Cambridgeshire Community Services

The contract is for 10 years.

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

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

20 November 2025

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received by electronic means: 1

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

five.2.3) Name and address of the contractor

Cambridgeshire Community Services NHS TRUST

Unit 7 & 8, Meadow Park, Meadow Lane

St. Ives

PE27 4LG

Country

United Kingdom

NUTS code
  • UKH12 - Cambridgeshire CC
Charity Commission (England and Wales)

1108920

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: £61,000,000

Total value of the contract/lot: £61,000,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Independent patient choice and procurement panel

London

Country

United Kingdom

Internet address

https://www.england.nhs.uk/commissioning/how-commissioning-is-changing/nhs-provider-selection-regime/independent-patient-choice-and-procurement-panel/

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Any representations ( as per the Health Care Services ( Provider Selection Regime) Regulations 2023 should be received by midnight on 2nd November 2025. This gives time for any provider who might otherwise have been a provider of the services to which the contract relates to make representations; and for the council to consider those representations and respond as appropriate. If following the council's review of its representations a provider wishes to request that the Independent Patient Choice and Procurement Panel considers its representations, then it must submit its request using a pro forma published by the panel within 5 working days of receiving the council's decision.