Award

Inner North East London (INEL) Integrated Sexual and Reproductive Health (ISHS) Service

LONDON BOROUGH OF NEWHAM

This public procurement record has 3 releases in its history.

TenderUpdate

16 Mar 2026 at 19:52

TenderUpdate

15 Nov 2025 at 10:45

Award

14 Nov 2025 at 16:03

Summary of the contracting process

The London Borough of Newham, along with Redbridge, Waltham Forest, and Tower Hamlets, have awarded the Inner North East London (INEL) Integrated Sexual and Reproductive Health (ISHS) Service contract to Barts Health NHS Trust. This contract focuses on providing specialist integrated sexual health services, including testing and treatment for sexually transmitted infections, HIV PrEP, contraception services, health promotion, and psychosexual support. The procurement falls under the Health Care Services (Provider Selection Regime) Regulations 2023 and does not adhere to the Public Contracts Regulations 2015. Initiated using a direct award process, the contract spans five years from 1st December 2025, with options to extend annually for three more years. The total contract value is approximately £85,143,471.49, distributed across Newham, Redbridge, Tower Hamlets, and Waltham Forest.

This contract presents opportunities for businesses specialising in health services, particularly those with capabilities in providing comprehensive sexual and reproductive healthcare to diverse communities in East London. The focus on integration, collaboration, and sustainability means organisations agile enough to offer innovative health solutions, digital platforms, and community outreach would be well-positioned to compete for similar contracts in the future. The direct award demonstrates confidence in Barts Health NHS Trust's capabilities and provides a benchmark for other businesses aiming to establish themselves through consistent service quality and value for money within public health procurement processes. Businesses able to contribute positively to social value and support local economies may find pathways to engage further through partnerships or supply chain opportunities arising from this major contract.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Inner North East London (INEL) Integrated Sexual and Reproductive Health (ISHS) Service

Notice 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.

Lot Information

Lot 1

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 PS85,143,471.49 Newham:PS28,656,036.30 Redbridge:PS4,085,308.97 Tower Hamlet:PS35,177,768.29 Waltham Forest:PS17,224,358.93 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) . 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 PS85,143,471.49. 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.

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

Procurement Information

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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05e1dc
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/023782-2026
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85100000 - Health services

85140000 - Miscellaneous health services

85323000 - Community health services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£85,143,471 £10M-£100M

Notice Dates

Publication Date
16 Mar 20261 months ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
13 Nov 20255 months ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
LONDON BOROUGH OF NEWHAM
Additional Buyers

LONDON BOROUGH OF REDBRIDGE

LONDON BOROUGH OF TOWER HAMLETS

LONDON BOROUGH OF WALTHAM FOREST

Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
E16 2QU
Post Town
East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI42 Tower Hamlets
Delivery Location
TLI4 Inner London - East, TLI5 Outer London - East and North East

Local Authority
Tower Hamlets
Electoral Ward
Whitechapel
Westminster Constituency
Bethnal Green and Stepney

Supplier Information

Number of Suppliers
1
Supplier Name

BARTS HEALTH NHS TRUST

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-05e1dc-2026-03-16T19:52:42Z",
    "date": "2026-03-16T19:52:42Z",
    "ocid": "ocds-h6vhtk-05e1dc",
    "description": "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 PS85,143,471.49. 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%",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-05e1dc",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Inner North East London (INEL) Integrated Sexual and Reproductive Health (ISHS) Service",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "85100000",
            "description": "Health services"
        },
        "mainProcurementCategory": "services",
        "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.",
        "lots": [
            {
                "id": "1",
                "description": "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 PS85,143,471.49 Newham:PS28,656,036.30 Redbridge:PS4,085,308.97 Tower Hamlet:PS35,177,768.29 Waltham Forest:PS17,224,358.93 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) . 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 PS85,143,471.49. 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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard",
                            "type": "quality",
                            "description": "100"
                        },
                        {
                            "type": "price",
                            "description": "0"
                        }
                    ]
                },
                "hasOptions": true,
                "options": {
                    "description": "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"
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85140000",
                        "description": "Miscellaneous health services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85323000",
                        "description": "Community health services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI4"
                    },
                    {
                        "region": "UKI5"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "reviewDetails": "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",
        "procurementMethodRationaleClassifications": [
            {
                "id": "D_OUTSIDE_SCOPE",
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "description": "The procurement falls outside the scope of application of the directive"
            }
        ],
        "procurementMethodRationale": "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.",
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "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 PS85,143,471.49. 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%"
                        },
                        "newValue": {
                            "text": "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 PS85,143,471.49. 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 November 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%"
                        },
                        "where": {
                            "section": "VI.3",
                            "label": "Additional Information"
                        }
                    },
                    {
                        "oldValue": {
                            "text": "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"
                        },
                        "newValue": {
                            "text": "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 November 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"
                        },
                        "where": {
                            "section": "VI.4.3",
                            "label": "Review Procedure"
                        }
                    }
                ]
            },
            {
                "id": "2",
                "description": "This is a Provider Selection Regime (PSR) confirmation of contract award notice. This contract has been awarded under the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 or Procurement Act 2023 do not apply to this award. This contract has now been formally awarded using direct award process C. Contract award: 1st December 2025 Contract Start: 1st December 2025 Contract End date: 30th November 2033 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 PS85,143,471.49. The Approximate split of the lifetime value of the contract of PS85,143,471.49 is split as follows; Newham:PS28,656,036.30 Redbridge:PS4,085,308.97 Tower Hamlet:PS35,177,768.29 Waltham Forest:PS17,224,358.93 There was no review or representations made during the standstill period and all authorities governance process have approved the award."
            }
        ]
    },
    "awards": [
        {
            "id": "074133-2025-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Inner North East London (INEL) Integrated Sexual and Reproductive Health (ISHS) Service",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-166655",
                    "name": "Barts Health NHS Trust"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-166651",
            "name": "London Borough of Newham",
            "identifier": {
                "legalName": "London Borough of Newham",
                "id": "PYBN-4422-TNXJ",
                "schemeEntered": "Public Procurement Organisation Number"
            },
            "address": {
                "streetAddress": "Newham Dockside",
                "locality": "London",
                "region": "UKI41",
                "postalCode": "E162QU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement.support@newham.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.newham.gov.uk/",
                "classifications": [
                    {
                        "id": "REGIONAL_AUTHORITY",
                        "scheme": "TED_CA_TYPE",
                        "description": "Regional or local authority"
                    },
                    {
                        "id": "01",
                        "scheme": "COFOG",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-166652",
            "name": "London Borough of Redbridge",
            "identifier": {
                "legalName": "London Borough of Redbridge",
                "id": "PPZX-9247-ZGQQ",
                "schemeEntered": "Public Procurement Organisation Number"
            },
            "address": {
                "streetAddress": "Lynton House, 255-259 High Road",
                "locality": "Ilford",
                "region": "UKI53",
                "postalCode": "IG1 1NY",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@PSprocure.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.redbridge.gov.uk/"
            }
        },
        {
            "id": "GB-FTS-166653",
            "name": "London Borough of Waltham Forest",
            "identifier": {
                "legalName": "London Borough of Waltham Forest",
                "id": "PPJN-6757-NZZZ",
                "schemeEntered": "Public Procurement Organisation Number"
            },
            "address": {
                "streetAddress": "Waltham Forest Town Hall, Forest Road",
                "locality": "Walthamstow, London",
                "region": "UKI53",
                "postalCode": "E17 4JF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@walthamforest.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.walthamforest.gov.uk/"
            }
        },
        {
            "id": "GB-FTS-166654",
            "name": "London Borough of Tower Hamlets",
            "identifier": {
                "legalName": "London Borough of Tower Hamlets",
                "id": "PQBL-2673-MVYG",
                "schemeEntered": "Public Procurement Organisation Number"
            },
            "address": {
                "streetAddress": "New Town Hall",
                "locality": "London",
                "region": "UKI42",
                "postalCode": "E1 1BJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@towerhamlets.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.towerhamlets.gov.uk"
            }
        },
        {
            "id": "GB-FTS-166655",
            "name": "Barts Health NHS Trust",
            "identifier": {
                "legalName": "Barts Health NHS Trust",
                "id": "PVTL-5832-LMDG",
                "schemeEntered": "Public Procurement Organisation Number"
            },
            "address": {
                "streetAddress": "80 Newark Street",
                "locality": "London",
                "region": "UKI42",
                "postalCode": "E1 2ES",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-43643",
            "name": "London Borough of Newham",
            "identifier": {
                "legalName": "London Borough of Newham"
            },
            "address": {
                "streetAddress": "Newham Dockside, 1000 Dockside Road,",
                "locality": "London",
                "postalCode": "E16 2QU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement.support@newham.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-166651",
        "name": "London Borough of Newham"
    },
    "contracts": [
        {
            "id": "074133-2025-1-1",
            "awardID": "074133-2025-1-1",
            "title": "Inner North East London (INEL) Integrated Sexual and Reproductive Health (ISHS) Service",
            "status": "active",
            "value": {
                "amount": 85143471.49,
                "currency": "GBP"
            },
            "dateSigned": "2025-11-13T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    },
    "language": "en"
}