Award

BHCC RP Integrated Sexual Health & Contraception Services

BRIGHTON AND HOVE CITY COUNCIL

This public procurement record has 1 release in its history.

Award

23 Dec 2025 at 12:02

Summary of the contracting process

Brighton and Hove City Council has issued an intention to award notice for the provision of Integrated Sexual Health & Contraception Services, classified under the health services industry with CPV code 85100000. The procurement falls under the Health Care Services (Provider Selection Regime) Regulations 2023 and is not subject to the Public Contracts Regulations 2015. The procurement stage is at the award notice phase with a standstill period commencing the day after publication, and representations must be submitted by 7th January 2026. The service aims to provide confidential, non-judgmental STI and blood borne virus testing, treatment, and management, alongside full contraception provision. The service model is focused on open access and improving sexual health outcomes for residents in Brighton and Hove, with efforts to reduce health inequalities, particularly for vulnerable groups. The contract is set to start on 1st April 2026 and end on 31st March 2032, including a possible two-year extension with a contract value of approximately £25.3 million.

This procurement presents a substantial opportunity for experienced NHS service providers, particularly those with a proven track record in health services and a strong workforce of NHS-qualified medical and nursing staff. The contracted provider, or those in similar fields, can leverage this contract to foster business growth through delivering high-quality services and innovative patient care models. Firms that are proficient in offering integrated care in sexual health and have accessible facilities across Brighton & Hove would be highly competitive candidates. Additionally, entities that enhance partnership networks with community organisations to meet the needs of underserved populations will optimise their competitive advantage, supporting wider public health outcomes and social value initiatives. The procurement method applied is a limited procedure without prior publication, signifying a highly specialised tender aimed at achieving the best service delivery standards. University Hospitals Sussex has been identified as the potential supplier under this intention to award notice.

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

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

BHCC RP Integrated Sexual Health & Contraception Services

Notice Description

The Integrated Sexual Health and Contraception (SHAC) Service will provide patients with open access to confidential, non-judgmental services including sexually transmitted infection (STI) and blood borne virus (BBV) testing, treatment and management, the full range of contraception provision, health promotion and prevention. The service will improve the sexual health of the local population through delivery of a 'one stop shop' model, where the majority of sexual health and contraceptive needs can be met in one place, usually by one professional, during a single visit. Sexual health is not equally distributed across the population and the service will ensure that it meet the needs of those experiencing the greatest impact of STIs, HIV and poor reproductive health as well as removing barriers to access for vulnerable groups and those with protected characteristics. The service must integrate with the NHS commissioned HIV treatment and care service to support the significant interdependencies between the two services. Providers must be experienced, with access to a large pool of NHS qualified medical/nursing staff. Providers must have suitable, accessible building premises in the east, west and central areas of Brighton and Hove.

Lot Information

Lot 1

This notice is an intention to award a contract under the Most Suitable Provider Process. Brighton and Hove City Council is responsible for the provision of self-referral, open access sexual health services for residents and visitors to the City. This includes testing and treatment for sexually transmitted infections (STIs), and partner notification, advice on, and reasonable access to, the full range of contraception, and advice on preventing unplanned pregnancy. This service model aims to improve sexual health by providing non-judgmental and confidential services through open access, where the majority of sexual health and contraceptive needs can be met at once, often by one health professional, in services with extended opening hours (evenings and weekends) offering face to face, remote and online services, and locations which are accessible by public transport. The service model aims to improve sexual health by providing non-judgmental and confidential services through open access, where the majority of sexual health and contraceptive needs can be met at once, often by one health professional, in services with a mix of provision types (e.g. - booked clinic, walk-in, sit and wait, outreach) and extended opening hours (evenings after 6pm and weekends) and locations which are accessible by public transport. This should be supported by remote and online provision. Providers must work to develop partnership working with community organisations to support the needs of under-served populations. The service must integrate with the NHS commissioned HIV treatment and care service to support the significant interdependencies between the two services. We require an experienced service Provider with a large pool of NHS qualified medical/nursing staff able to deliver a high-quality service using the national sexual and reproductive health service standards from the relevant professional bodies including the British Association of Sexual Health and HIV (BASHH), the Faculty of Sexual and Reproductive Health (FSRH), and the British HIV Association (BHIVA) to achieve good patient outcomes. All staff delivering the service must, as a minimum, meet the Faculty of Sexual and Reproductive Healthcare (FSRH) and the British Association of Sexual Health and HIV (BASHH) service standards on education, training and clinical practice. * must comply with the FSRH and BASHH standards on training and competency. * support undergraduate and/or postgraduate teaching. * offer placements for medical and nursing students. * Ensure nursing staff are dual trained in STI and contraception at appropriate levels * ensure staff have access to training on safeguarding, CSE, domestic and sexual violence and abuse, female genital mutilation, drugs and alcohol misuse, trauma informed practice. * Provide disability awareness training to ensure that service users who may require additional support in accessing services are supported. * Ensure staff training in mandatory organisational training is undertaken and recorded. * Ensure that all medical and nursing staff have regular clinical supervision and CPD plans in place. This notice is an intention to award a contract under the Most Suitable Provider Process. The approximate lifetime value of this contract is PS25.3m. This is an existing service with the existing provider. The contract will commence on 1st April 2026 and will end on 31st March 2032 (including the possible 2 year extension.)

Options: Contract is 4 years with an optional extension period of 2 years.

Procurement Information

This is a Provider Selection Regime (PSR) intention to award notice. 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 award. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to decision makers by 7th January 2026. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05fc6e
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/085787-2025
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award 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

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£25,328,958 £10M-£100M

Notice Dates

Publication Date
23 Dec 20252 months ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
23 Dec 20252 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
BRIGHTON AND HOVE CITY COUNCIL
Contact Name
Ronnie Perrett
Contact Email
procurement@brighton-hove.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
HOVE
Postcode
BN3 3BQ
Post Town
Brighton
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ2 Surrey, East and West Sussex
Small Region (ITL 3)
TLJ21 Brighton and Hove
Delivery Location
TLJ21 Brighton and Hove

Local Authority
Brighton and Hove
Electoral Ward
Central Hove
Westminster Constituency
Hove and Portslade

Supplier Information

Number of Suppliers
1
Supplier Name

UNIVERSITY HOSPITALS SUSSEX

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-05fc6e-2025-12-23T12:02:07Z",
    "date": "2025-12-23T12:02:07Z",
    "ocid": "ocds-h6vhtk-05fc6e",
    "description": "This is a Provider Selection Regime (PSR) intention to award notice. 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 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 7th January 2026. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR. Email address for any representations: procurement@brighton-hove.gov.uk The award decision maker was Corporate Director of Families, Children & Learning There were no conflicts of interest declared. Statement explaining the relative importance of the key criteria that the authority used to make a decision, the rationale for the relative importance of the key criteria, and the rationale for choosing the provider with reference to the key criteria: Criterion 1 is awarded the greatest weighting (40%) to ensure that key elements such as safety, clinical effectiveness, innovation and patient experience are fully delivered by this service. Brighton and Hove experiences high levels of poor sexual health and sexual health is not distributed equally across society with particular groups experiencing worse health outcomes and facing barriers in accessing services. In order to address these issues, Criterion 4, improving access and reducing inequalities, is awarded the next highest weighting (20%). Good access to testing and treatment is essential for individual and public health but this offer alone will not improve sexual and reproductive health across the population. Networked, partnership working with a range of services and providers to support access and maximise opportunities to provide health promotion, prevention, testing, treatment and care is vital to improve individual and public health outcomes. Criterion 3, integration, collaboration and sustainability, is therefore also assigned a weighting of 20%. Criterion 2, value, is assigned a weighting of 10% on the basis that the service model as specified does provide good value for money and this is a fixed value contract. A 10% weighting is assigned to Criterion 5, social value, to ensure that due regard is accorded to the potential to improve economic, social and environmental wellbeing through the delivery of the contract given the required responsibilities of NHS services. Criterion 1: Quality and innovation Weight: 40% Rationale for weighting A service that consistently delivers to a high quality and within the latest evidence-based approaches as set out in the national integrated sexual health service standards achieving good patient outcomes is essential. The service must be accessible and equitable and well regarded by service users. The service will lead innovation to improve sexual and reproductive health care (SRH) delivery and patient outcomes. Rational for choosing the provider The Provider demonstrates effective working in line with the integrated sexual health service model with a safe, responsive, and personalised service that meets the needs of the population from the universal to an enhanced offer for those with greatest need. The service is consultant led and the medical leadership team is active withing national professional associations and clinical development groups. Patient surveys evidence a high proportion of those using the service are very satisfied with the service. The service is demonstrably agile in responding to emerging needs and leads innovation in prevention, treatment and care. Criterion 2: Value Weight: 10% Rationale for weighting Delivery of the specified service is cost effective. Good access to a comprehensive range of contraception reduces unwanted pregnancies and their associated costs. Timely access to testing and treatment for sexually transmitted infections (STI) reduces onward transmission and supports better health outcomes for the individual and public health and reduces healthcare costs. This service requires NHS qualified staff to deliver to the standard required to be safe and effective. Salary costs of qualified staff make up a high proportion of total costs, which means there is a negligible risk of poor value for money as these roles are paid at the standard band grades agreed in the national NHS pay settlement each year. Rational for choosing the provider The Provider is an established NHS Trust. It delivers a good proportion of clinical role to administration and infrastructure. The service model a significant element of self-care when appropriate and investment return on service delivery (apps and training - consultant) Criterion 3: Integration collaboration and service sustainability Weight: 20% Rationale for weighting The provision of integrated sexual health and contraception services is endorsed in the guidance from the relevant professional bodies and government agencies. The service must be further integrated with the NHS commissioned HIV treatment and care service to support the significant interdependencies between the two services. The service is required to work in close collaboration and integration with a significant network of services and agencies including primary and secondary care, abortion, sexual assault referral centres (SARC), education, family hubs, and voluntary and community services to ensure the most effective delivery model covering health promotion, prevention, testing, treatment and care. Rationale for choosing the provider The service provider delivers the HIV treatment service alongside the sexual health and contraception service. Many critical staff, at all levels, divide their working time between the two services. The service provider has maximized the benefits of co-location with the HIV service, pathology and pharmacy functions. This ensures travel, for both staff and patients using the service is reduced and focused on community-based delivery of appointments, including within a primary care setting. The Provider delivers services in partnership with a wide range of key partner agencies in the city and provides clinical oversight and governance to external services. The Provider offers an excellent training programme in HIV, sexually transmitted infections and contraception, for nurses and doctors working within the service and for those working in primary care and other settings. The service supports career progression which supports good recruitment and retention in the context of national workforce pressures. Criterion 4: Improving access, reducing health inequalities and facilitating choice Weight: 20% Rationale for weighting Sexual health and reproductive health are important aspects of health and wellbeing. Rates of sexually transmitted infections (STIs) and HIV remain high in Brighton & Hove. Sexual and reproductive health is distributed unequally and unfairly across society with particular groups being disproportionately affected by poor sexual and reproductive health and its impacts. Some groups experience greater barriers to accessing services. This service should improve the sexual health of the local population by providing easy access to services through open access 'one-stop-shops' where the majority of sexual health and contraceptive needs can be met in one place, usually by one professional, during a single visit. Additionally, the service must ensure that it meets the needs of those experiencing the greatest impact of STIs, HIV, and poor reproductive health. The service must remove barriers to access for deprived and vulnerable groups and those with protected characteristics, and actively work to develop partnership working with community organisation's to support the needs of underserved populations. Rationale for choosing the provider It operates effective pathways to services supporting the wider determinants of health and to specialist services. The service offers good access to testing and treatment through various initiatives including 'one stop shops' across the City, which is essential for individual and public health. The service also delivers networked, partnership working with a range of services and providers to support access and maximise opportunities to provide health promotion, prevention, testing, treatment and care, which is vital to improve individual and public health outcomes. Criterion 5: Social value Weight: 10% Rationale for weighting Reducing environmental impacts, increasing sustainability and providing good employment opportunities are important considerations for healthcare service provision. These are generally addressed by NHS providers which are required to deliver within carbon zero action plans and are accountable to national standards to reduce the carbon footprint in the delivery of NHS services and to reduce the negative impact of waste in health supply procurement. NHS providers bring considerable social value in good quality jobs paid to a national standard with favourable working conditions. Rationale for choosing the provider The Provider as an NHS Trust is an anchor employer in the city providing high-quality well-paid employment. The Provider has an ambitious Green Plan with clear targets and actions across service delivery, procurement for instance in relation to reducing journeys and pollution, PPE supplies, site energy use and contributing to a circular economy.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-05fc6e",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "BHCC RP Integrated Sexual Health & Contraception Services",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "85100000",
            "description": "Health services"
        },
        "mainProcurementCategory": "services",
        "description": "The Integrated Sexual Health and Contraception (SHAC) Service will provide patients with open access to confidential, non-judgmental services including sexually transmitted infection (STI) and blood borne virus (BBV) testing, treatment and management, the full range of contraception provision, health promotion and prevention. The service will improve the sexual health of the local population through delivery of a 'one stop shop' model, where the majority of sexual health and contraceptive needs can be met in one place, usually by one professional, during a single visit. Sexual health is not equally distributed across the population and the service will ensure that it meet the needs of those experiencing the greatest impact of STIs, HIV and poor reproductive health as well as removing barriers to access for vulnerable groups and those with protected characteristics. The service must integrate with the NHS commissioned HIV treatment and care service to support the significant interdependencies between the two services. Providers must be experienced, with access to a large pool of NHS qualified medical/nursing staff. Providers must have suitable, accessible building premises in the east, west and central areas of Brighton and Hove.",
        "lots": [
            {
                "id": "1",
                "description": "This notice is an intention to award a contract under the Most Suitable Provider Process. Brighton and Hove City Council is responsible for the provision of self-referral, open access sexual health services for residents and visitors to the City. This includes testing and treatment for sexually transmitted infections (STIs), and partner notification, advice on, and reasonable access to, the full range of contraception, and advice on preventing unplanned pregnancy. This service model aims to improve sexual health by providing non-judgmental and confidential services through open access, where the majority of sexual health and contraceptive needs can be met at once, often by one health professional, in services with extended opening hours (evenings and weekends) offering face to face, remote and online services, and locations which are accessible by public transport. The service model aims to improve sexual health by providing non-judgmental and confidential services through open access, where the majority of sexual health and contraceptive needs can be met at once, often by one health professional, in services with a mix of provision types (e.g. - booked clinic, walk-in, sit and wait, outreach) and extended opening hours (evenings after 6pm and weekends) and locations which are accessible by public transport. This should be supported by remote and online provision. Providers must work to develop partnership working with community organisations to support the needs of under-served populations. The service must integrate with the NHS commissioned HIV treatment and care service to support the significant interdependencies between the two services. We require an experienced service Provider with a large pool of NHS qualified medical/nursing staff able to deliver a high-quality service using the national sexual and reproductive health service standards from the relevant professional bodies including the British Association of Sexual Health and HIV (BASHH), the Faculty of Sexual and Reproductive Health (FSRH), and the British HIV Association (BHIVA) to achieve good patient outcomes. All staff delivering the service must, as a minimum, meet the Faculty of Sexual and Reproductive Healthcare (FSRH) and the British Association of Sexual Health and HIV (BASHH) service standards on education, training and clinical practice. * must comply with the FSRH and BASHH standards on training and competency. * support undergraduate and/or postgraduate teaching. * offer placements for medical and nursing students. * Ensure nursing staff are dual trained in STI and contraception at appropriate levels * ensure staff have access to training on safeguarding, CSE, domestic and sexual violence and abuse, female genital mutilation, drugs and alcohol misuse, trauma informed practice. * Provide disability awareness training to ensure that service users who may require additional support in accessing services are supported. * Ensure staff training in mandatory organisational training is undertaken and recorded. * Ensure that all medical and nursing staff have regular clinical supervision and CPD plans in place. This notice is an intention to award a contract under the Most Suitable Provider Process. The approximate lifetime value of this contract is PS25.3m. This is an existing service with the existing provider. The contract will commence on 1st April 2026 and will end on 31st March 2032 (including the possible 2 year extension.)",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Most Suitable Provider Process",
                            "type": "quality",
                            "description": "100"
                        },
                        {
                            "type": "price",
                            "description": "0"
                        }
                    ]
                },
                "hasOptions": true,
                "options": {
                    "description": "Contract is 4 years with an optional extension period of 2 years."
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKJ21"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "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": "This is a Provider Selection Regime (PSR) intention to award notice. 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 award. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to decision makers by 7th January 2026. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR."
    },
    "awards": [
        {
            "id": "085787-2025-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-170023",
                    "name": "University Hospitals Sussex"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-153738",
            "name": "Brighton and Hove City Council",
            "identifier": {
                "legalName": "Brighton and Hove City Council",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "Hove Town Hall, Norton Road",
                "locality": "Hove",
                "region": "UKJ21",
                "postalCode": "BN33BQ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Ronnie Perrett",
                "email": "procurement@brighton-hove.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.brighton-hove.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-170023",
            "name": "University Hospitals Sussex",
            "identifier": {
                "legalName": "University Hospitals Sussex",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "locality": "Brighton & Hove",
                "region": "UKJ21",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-2932",
            "name": "The Royal Courts of Justice",
            "identifier": {
                "legalName": "The Royal Courts of Justice"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-153738",
        "name": "Brighton and Hove City Council"
    },
    "contracts": [
        {
            "id": "085787-2025-1",
            "awardID": "085787-2025-1",
            "status": "active",
            "value": {
                "amount": 25328958,
                "currency": "GBP"
            },
            "dateSigned": "2025-12-23T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    },
    "language": "en"
}