Online Sexual Health Services
A Contract Award Notice
by NHS SHARED BUSINESS SERVICES LIMITED
- Source
- Find a Tender
- Type
- Framework (Services)
- Duration
- 4 year (est.)
- Value
- £95M
- Sector
- HEALTH
- Published
- 01 Sep 2025
- Delivery
- To 11 Aug 2029 (est.)
- Deadline
- n/a
Concepts
Location
Hemel Hempstead
2 buyers
- NHS Shared Business Services Hemel Hempstead
7 suppliers
- Annes Day Cocoa Studios Biscuit Factory
- British Pregnancy Advisory Service Bpas Warwick
- Better 2 Know Westmorland and Furness
- Preventx Sheffield
- Randox Health London Westminster
- SH 24 CIC Southwark
- SH 24 CIC London
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.
Lot Division
1 | Online STI Testing and Treatment 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. Award Criteria
| ||||||||||
2 | Online Contraception 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. Award Criteria
| ||||||||||
3 | Online PrEP and PEP 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. Award Criteria
|
Award Detail
1 | Annes Day (Cocoa Studios Biscuit Factory)
|
2 | British Pregnancy Advisory Service Bpas (None)
|
3 | Better 2 Know (None)
|
4 | Preventx (None)
|
5 | Randox Health London (None)
|
6 | SH 24 CIC (None)
|
7 | Better 2 Know (None)
|
8 | Preventx (None)
|
9 | SH 24 CIC (London)
|
10 | Preventx (None)
|
11 | SH 24 CIC (None)
|
CPV Codes
- 85100000 - Health services
Indicators
- Award on basis of price.
Other 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
Reference
- FTS 052711-2025