Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Bracknell Forest Borough Council
Time Square, Market Street
Bracknell
RG12 1JD
UK
Contact person: Ms Emily Hope
Telephone: +44 1344355147
E-mail: emily.hope@bracknell-forest.gov.uk
NUTS: UKJ11
Internet address(es)
Main address: http://www.bracknell-forest.gov.uk
Address of the buyer profile: http://www.bracknell-forest.gov.uk
I.1) Name and addresses
Slough Borough Council
Observatory House, 25 Windsor Road
Slough
SL1 2EL
UK
E-mail: SBCProcurement@slough.gov.uk
NUTS: UKJ11
Internet address(es)
Main address: https://www.slough.gov.uk/
I.1) Name and addresses
The Royal Borough of Windsor & Maidenhead Council
St Ives Road
Maidenhead
SL61RF
UK
E-mail: procurement@rbwm.gov.uk
NUTS: UKJ11
Internet address(es)
Main address: https://www.rbwm.gov.uk/
I.2) Joint procurement
The contract involves joint procurement
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Integrated Sexual Health Service
Reference number: DN779966
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
Following a competitive process under the Health Care Services (Provider Selection Regime) Regulations 2023 (PSR), Bracknell Forest Council are intending to award the Integrated Sexual Health (ISH) Service contract to the successful bidder as detailed in this notice.
The contract will be entered into by Bracknell Forest Council as the Lead Authority, acting on its own behalf and on behalf of Royal Borough of Windsor and Maidenhead (RBWM) and Slough Borough Council.
The new contract is for an initial term of 5 years with an extension provision of up to a further 2 years in periods of up to 12 months at a time.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
18 738 012.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
85100000
85312330
85323000
II.2.3) Place of performance
NUTS code:
UKJ11
II.2.4) Description of the procurement
The service aims to provide a comprehensive, accessible, and high-quality sexual and reproductive health service that meets the increasing needs of the population and covers a range of interventions including, prevention, testing, treatment, contraception, sexual health aspects of psychosexual counselling, outreach and online testing, with a focus on promoting well-being and reducing the incidence of sexually transmitted infections (STIs), unintended pregnancies, and other related sexual health issues.
This notice is an intention to award a contract under the PSR competitive process.
The new contract is for an initial term of 5 years from 01 July 2026 - 30 June 2031 with an initial total contract value of £12,903,060.00. There is also an extension provision in the contract of up to a further 2 years (up to 30 June 2033) in periods of up to 12 months at a time, at a value of £2,866,116.00 (extension year 1) and £2,968,836.00 (extension year 2). The potential total overall contract value therefore being £18,738,012.00.
This is an existing service and the successful bidder is the existing Provider.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 55
Quality criterion: Social Value
/ Weighting: 5
Price
/ Weighting:
40
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
The contract award criteria are specified in the procurement documents.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-036246
Section V: Award of contract
Title: Integrated Sexual Health Service
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
04/12/2025
V.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Berkshire Healthcare NHS Foundation Trust
RWX
London House, London Road
Bracknell
RG12 2UT
UK
NUTS: UKJ11
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 18 738 012.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional 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 Procurement Act 2023 do not apply to this award. The publication of this notice marks the start of the standstill period. Representations by providers must be made to Bracknell Forest Council by midnight on Monday 22nd December 2025.
This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR. The contract will be entered into by Bracknell Forest Council as the Lead Authority, acting on its own behalf and on behalf of Royal Borough of Windsor and Maidenhead (RBWM) and Slough Borough Council.
When the standstill period has closed and the contract has been awarded to the intended provider, a Corrigendum will be completed and linked to this Contract Award Notice (intention to award) to declare that the contract has now been awarded.
The contract award criteria were specified in the procurement documents.
Quality - 55%
Price - 40%
Social Value - 5%
The relative importance of the key criteria (quality) which aligns with PSR were weighted as follows:-
Quality and Innovation - 20%
Integration, collaboration and service sustainability - 15%
Improving access, reducing health inequalities and facilitating choice - 20%
The above criteria were weighted in accordance to their importance to the successful delivery of the service.
Following evaluation of the Quality, Pricing and Social Value scores and subsequent moderation process, the Most Advantageous Tender was offered by Berkshire Healthcare Foundation Trust (BHFT). BHFT achieved a score above the threshold set by the Council.
Written representations should be sent to procurement.team@bracknell-forest.gov.uk by the end of the standstill period (midnight on Monday 22nd December 2025)
The award decision-maker is the Executive Director of Place, Bracknell Forest Council on behalf of Bracknell Forest Council, The Royal Borough of Windsor and Maidenhead (RBWM) Council and Slough Borough Council. The officers that supported reaching the decision were:-
• Public Health Principal, Bracknell Forest Council
• Public Health Consultant, Bracknell Forest Council
• Public Health Consultant, Slough
• Public Health Lead - Adults, Slough
• Public Health Service Lead for Contracts, Commissioning and Healthy Ageing, RBWM
• Public Health Programme Officer, RBWM
A conflicts of interest assessment was prepared with no declared conflicts or potential conflicts of interest of individuals making the decision and how these were managed.
VI.4) Procedures for review
VI.4.1) Review body
Independent Patient Choice and Procurement Panel
London
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Written representations should be sent to procurement.team@bracknell-forest.gov.uk by the end of the standstill period (midnight on Monday 22nd December 2025)
If a provider wishes to request the Independent Patient Choice and Procurement Panel consider their PSR representations, they must submit their request using a pro forma (as published by NHS England) within 5 working days of receiving the Council's decision following review of the representation.
Any proceedings must be brought in accordance with the Health Care Services (Provider Selection Regime) Regulations 2023 within the applicable time limits.
VI.5) Date of dispatch of this notice
10/12/2025