Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

WSCC -Integrated Sexual Health Service

  • First published: 07 October 2025
  • Last modified: 07 October 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-0551c1
Published by:
West Sussex County Council
Authority ID:
AA21254
Publication date:
07 October 2025
Deadline date:
07 November 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Integrated Sexual Services requirement for West Sussex for the duration of 7 years (5+2).

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

West Sussex County Council

County Hall

Chichester

PO19 1RG

UK

Contact person: Daiga Allen

E-mail: bsdprocurement@westsussex.gov.uk

NUTS: UKJ27

Internet address(es)

Main address: https://www.westsussex.gov.uk

Address of the buyer profile: https://www.westsussex.gov.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://atamis-7669.my.site.com/s/Welcome


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://atamis-7669.my.site.com/s/Welcome


Tenders or requests to participate must be sent to the abovementioned address


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

WSCC -Integrated Sexual Health Service

Reference number: C21401

II.1.2) Main CPV code

85100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Integrated Sexual Services requirement for West Sussex for the duration of 7 years (5+2).

II.1.5) Estimated total value

Value excluding VAT: 31 850 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKJ2

II.2.4) Description of the procurement

This procurement is being conducted under the Health Care Services (Provider Selection Regime) Regulations 2023, using the PSR Competitive Process.<br/><br/>West Sussex County Council (WSCC) is inviting suitably qualified and experienced providers to submit offers for the delivery of a specialist Integrated Sexual Health Service across West Sussex. The service must include both in-person and online provision, offering confidential, open-access sexual and reproductive health services.<br/><br/>In addition, WSCC requires:<br/>• Delivery of outreach, health promotion and prevention activities to address population needs and reduce health inequalities.<br/>• Provision of clinical leadership across all sexual health service providers in West Sussex to support a cohesive and integrated offer for the local population.<br/><br/>Offers will be evaluated against the following PSR Key Criteria: (Total Weighting: 100%)<br/>• Quality and Innovation – 35%<br/>• Value – 10%<br/>• Integration, Collaboration and Service Sustainability – 20%<br/>• Improving Access, Reducing Health Inequalities and Facilitating Choice – 20%<br/>• Social Value – 10%<br/>• Mobilisation Plan – 5% (additional criterion to assess readiness and implementation capability)<br/><br/>Note: Offers exceeding £4,550,000 per annum will not be accepted and will be deemed non-compliant.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 31 850 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/08/2026

End: 31/07/2033

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Contract may be extended by up to 2 years. For clarity, that is until 31/07/2033.

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

To access the eProcurement portal to access relevant documentation relating this<br/>opportunity, please follow the instructions below:<br/>1. Go to https://atamis-7669.my.site.com/s/Welcome<br/> (and click the link to register (If your organisation has not registered previously)<br/>2. Once registered, login into the system and look for ' WSCC -Integrated Sexual Health Service' under the reference number 'C21401',<br/>This is a Provider Selection Regime (PSR) Contract Notice inviting offers via a Competitive Process.<br/>The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. <br/>For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this procurement.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Providers must demonstrate that the following requirements are currently in place or will be fully in place by the service commencement date (1 August 2026). <br/>• CQC Registration: The provider must hold, or be in the process of securing, appropriate registration with the Care Quality Commission for the delivery of the specified services.<br/>• Clinical Qualifications: All clinical staff must hold qualifications that meet national standards, including alignment with British Association for Sexual Health and HIV (BASHH) and Faculty of Sexual and Reproductive Healthcare (FSRH/CoSRH) guidance, where applicable.<br/>• Safeguarding and DBS Compliance: The provider must have safeguarding policies and Disclosure and Barring Service (DBS) processes in place. These must be up to date and compliant with the Pan Sussex Child Protection Procedures and Pan Sussex Safeguarding Adult Procedures.<br/><br/>Information on how offers will be assessed (provided in the Procurement Document Pack):<br/>Stage 1 – Mandatory exclusion checks (Pass/Fail).<br/>Stage 2 – Basic Selection criteria assessment (Pass/Fail). At this stage also the Pricing Schedule is assessed (Pass/Fail).<br/>Stage 3 – Key Criteria evaluation ( scored from 0-4 with weightings assigned to each question).

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Providers will be required to provide a copy of their audited accounts.<br/><br/>Providers will be required to have, or agree to take out, should they be successful, the following minimum levels of Insurance per delegated authority:<br/>o Public liability insurance with a limit of indemnity of not less than ten million pounds (£10,000,000). <br/>o Employers’ liability insurance with a limit of indemnity of not less than ten million pounds (£10,000,000).<br/>o Professional indemnity insurance with a limit of cover of not less than five million pounds (£5,000,000) . <br/>o Clinical negligence insurance cover with a limit of cover of not less than five million pounds (£5,000,000).


III.1.3) Technical and professional ability

List and brief description of selection criteria:

Providers must provide evidence of previous experience delivering an integrated sexual health service or elements of this.<br/>Providers are requested to provide details of up to three relevant previous contracts. Where a provider does not have any relevant experience, it must supply a statement of explanation.<br/>Providers must confirm that data systems will be in place to ensure national reporting requirements can be met (currently CTAD Chlamydia Surveillance System, GUMCAD STI Surveillance System, HIV & AIDS Reporting System - HARS and Sexual and Reproductive Health Activity Data Set - SHRAD).<br/>Providers must confirm that data systems will be in place to ensure activity is reported via Pathway Analytics.


III.2) Conditions related to the contract

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 000-034396

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 07/11/2025

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 07/11/2025

Local time: 12:00

Place:

via portal

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The proposed service is based on current and known funding allocations. These may be subject to change during the life of the contract in response to future adjustments in local or central government funding.<br/><br/>The Contracting Authority is West Sussex County Council (WSCC), or any Successor Body that may assume WSCC’s functions as a result of Local Government Reorganisation (LGR) or Devolution. A Successor Body may include, but is not limited to, a Local Authority, Combined Authority, Combined County Authority, Strategic Authority, or any other entity established under relevant legislation.<br/><br/>The Parties acknowledge that during the term of the contract, the structure or responsibilities of local government entities may change, including through reorganisation, merger, or abolition. In such cases:<br/><br/>• WSCC may assign, novate, or otherwise transfer its rights and obligations under the contract to any successor body.<br/>• The Provider shall cooperate fully to facilitate such transfer, including executing any necessary documentation.<br/>• No compensation shall be payable solely due to such reorganisation, and no adjustment to the Contract Price shall be made unless expressly agreed by both parties.<br/><br/>If the reorganisation results in a material change to the scope, scale, or funding of the services, the parties shall review the Contract Value in good faith in accordance with clause 79 of the Contract. The Provider shall cooperate by providing relevant financial and operational data to support the review and any necessary modification. Any agreed adjustment shall be documented via formal contract variation and shall not constitute a material change in character unless determined under the PSR.<br/><br/>A Prior Information Notice (PIN) was published on 23 June 2025 (PIN Notice 034396-2025) to engage with the market. A presentation containing relevant background and service information is included in the procurement document pack.

VI.4) Procedures for review

VI.4.1) Review body

Cabinet Office - Public Procurement Review Service

1 Horse Guards Road

London

SW1A 2HQ

UK

Internet address(es)

URL: https://www.gov.uk/government/organisations/cabinet-office

VI.4.2) Body responsible for mediation procedures

Public Procurement Review Service

Cabinet Office

London

SW1A 2HQ

UK

Internet address(es)

URL: https://www.gov.uk/government/organisations/cabinet-office

VI.5) Date of dispatch of this notice

06/10/2025

Coding

Commodity categories

ID Title Parent category
85100000 Health services Health and social work services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
bsdprocurement@westsussex.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.