UK-London: Health and social work services.

UK-London: Health and social work services.
Section I: Contracting Authority
I.1) Name and addresses
London Borough of Newham
Newham Dockside, 1000 Dockside Road, London, E16 2QU, United Kingdom
Tel. +44 2033731594, Email: procurement.support@newham.gov.uk
Main Address: www.newham.gov.uk
NUTS Code: UKI41
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://newham.delta-esourcing.com/
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://newham.delta-esourcing.com/ to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
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: Framework Re-opening for Prevention and Support Services related to HIV, STIs and other BBVs
Reference Number: 982454635
II.1.2) Main CPV Code:
85000000 - Health and social work services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Framework duration is 4 years plus 4 years (4+4) subject to sustainability, suitability and value for money. Framework start date is 10th March 2025.

The Authority intends to open the Framework in whole or in part i.e. certain lot(s) twice per annum for Tenders from new organisations or to allow existing organisations to apply for additional Lot(s) (once launched) throughout its lifetime. The Authority reserves the right to amend the frequency of this timeline.

Please note that if you have previously submitted a bid and were successful, you are not required to submit a bid again in this round.

The Authority is inviting Tenders from suitably experienced and qualified organisations to join the Framework for Prevention and Support Services related to HIV, STIs and other BBVs.

The Framework has been split into five (5) lots as follows:

 Lot 1: Prevention and / or Support (Adults): to cover any area of work designed to help prevent residents from contracting HIV and/or other blood-borne viruses (BBVs).

 Lot 2: Support for Families (as per existing contracts).

 Lot 3: Connection to Care (support from screening & diagnosis through to accessing treatment).

 Lot 4: Specialist Support Services, e.g. support for PLWHIV based in Specialist HIV Treatment Services.

 Lot 5: Outreach and / or Communications for Blood-Borne Viruses (BBV) and / or STIs.

The Procurement is being run under the open procedure, which is a procedure, under which the framework is advertised and all interested organisations/consortium can submit a Tender.

There will be no form of exclusivity or volume guarantee granted by the Authority or Partner Organisations under the Framework.

Organisations may apply for award to more than one lot.

There are no restrictions to the number of organisations who can be awarded on to the Framework for any lot, so long as they meet the minimum criteria.

The Procurement is being procured by the Authority for the benefit of the Authority and the Partner Organisations. The host Borough is London Borough of Newham (LBN).

Organisations should note that there is no guarantee that all Partner Organisations will participate in the Framework Agreement at the commencement date (or at all). It is ultimately at the discretion of each individual Partner Organisation as to whether they will utilize the Framework Agreement.

Partner Organisations means all London Local Authorities and Health Partners. 'Health Partners' in this context refers to all organisations comprising Integrated Care Partnerships (ICPs), Integrated Care Boards (ICBs), Integrated Care Systems (ICSs) and NHS Trusts (or future equivalent bodies in the event of re-structures).
II.1.5) Estimated total value:
Value excluding VAT: 225,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: 5
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: Lot 1: Prevention and / or Support (Adults): to cover any area of work designed to help prevent residents from contracting HIV and/or other blood-borne viruses (BBVs).
Lot No: Lot 1
II.2.2) Additional CPV codes:
85000000 - Health and social work services.

II.2.3) Place of performance:
UKI41 Hackney and Newham

II.2.4) Description of procurement: Prevention and / or Support (Adults): to cover any area of work designed to help prevent residents from contracting HIV and/or other blood-borne viruses (BBVs).
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals: 4+4 years max term is 8 years

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Tender access code: JE74X7X5YZ
II.2) Description Lot No. 2

II.2.1) Title: Lot 2: Support for Families (as per existing contracts)
Lot No: Lot 2
II.2.2) Additional CPV codes:
85000000 - Health and social work services.

II.2.3) Place of performance:
UKI41 Hackney and Newham

II.2.4) Description of procurement: Support for Families of those with HIV, STI's and other BBVs
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals: 4+4 years max term is 8 years

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Tender access code: JE74X7X5YZ
II.2) Description Lot No. 3

II.2.1) Title: Lot 3: Connection to Care (support from screening & diagnosis through to accessing treatment).
Lot No: Lot 3
II.2.2) Additional CPV codes:
85000000 - Health and social work services.

II.2.3) Place of performance:
UKI41 Hackney and Newham

II.2.4) Description of procurement: Connection to Care (support from screening & diagnosis through to accessing treatment) for HIV, STI's and other BBV's
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals: 4+4 years max term is 8 years

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Tender access code: JE74X7X5YZ
II.2) Description Lot No. 4

II.2.1) Title: Lot 4: Specialist Support Services, e.g. support for PLWHIV based in Specialist HIV Treatment Services.
Lot No: Lot 4
II.2.2) Additional CPV codes:
85000000 - Health and social work services.

II.2.3) Place of performance:
UKI41 Hackney and Newham

II.2.4) Description of procurement: Specialist Support Services, e.g. support for PLWHIV based in Specialist HIV Treatment Services.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals: 4+4 years, max term is 8 years

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Tender access code: JE74X7X5YZ
II.2) Description Lot No. 5

II.2.1) Title: Lot 5: Outreach and / or Communications for Blood-Borne Viruses (BBV) and / or STIs.
Lot No: Lot 5
II.2.2) Additional CPV codes:
85000000 - Health and social work services.

II.2.3) Place of performance:
UKI41 Hackney and Newham

II.2.4) Description of procurement: Outreach and / or Communications for Blood-Borne Viruses (BBV) and / or STIs.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals: 4+4 years, max term is 8 years.

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Tender access code: JE74X7X5YZ


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:
Tenders will be evaluated in stages:

Stage 1 tests a Bidders 'suitability' and consists of responses to the Selection Questionnaire (SQ) and Project Specific Questions (PSQ).

Stage 2 is to award contract(s) off the Framework through mini competitions. The Authority and Partner Organisations reserve the right to directly award a call - off contract in the event of a single supplier Lot. Stage 2 is only available to Bidders who pass Stage 1.

The procurement is being carried out under the Light Touch Regime.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
In the case of framework agreements justification for any duration exceeding 4 years: Procurement is under Light Touch Regime.


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2024/S 000 - 037589
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 20/04/2026 Time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 20/04/2026
Time: 12:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=1019345502 VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 09/03/2026

Annex A