Section one: Contracting authority
one.1) Name and addresses
NHS England
7&8 Wellington Place
Leeds
LS1 4AP
Contact
Claire Pickard
Country
United Kingdom
Region code
UKE - Yorkshire and the Humber
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned 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
https://health-family.force.com/s/Welcome
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
School Aged Immunisation Service (SAIS) in Leicester, Leicestershire and Rutland, Lincolnshire, and Northamptonshire
Reference number
AG24016
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Arden and Greater East Midlands Commissioning Support Unit (AGCSU) on behalf of NHS England Midlands (The Commissioners) would like to notify the market of an opportunity to provide School-Aged Immunisation Service (SAIS) in Leicester, Leicestershire and Rutland (Lot 1), Lincolnshire (Lot 2), and Northamptonshire (Lot 3).
The service commencement date is 1 September 2025 and shall run until 31 August 2028. The contract(s) will be for an initial three (3) year term with the option to extend for a further two (2) years. The estimated contract value for all 3 Lots is £12, 050, 000.
School Aged Immunisation Services are required to be delivered predominantly in a school setting and currently covers;
• Human Papillomavirus (HPV) vaccinations
• Diphtheria, Tetanus and Poliomyelitis (Td/IPV) booster
• Meningococcal ACWY (MenACWY) conjugate vaccine
• Measles, Mumps and Rubella (MMR) catch up vaccinations.
• School-aged children’s Seasonal Influenza vaccinations
In addition, the provider will deliver a catch-up service for children and young people with any of the above missing vaccinations. It is important to note that vaccination schedules can change and evolve in the light of emerging best practice and scientific evidence and as such additional services may be added during the lifetime of the contract to best deliver the needs of the overall service. The Provider is required to reflect these changes accordingly in a timely way with agreement from the Commissioner.
These vaccines form part of the national routine childhood vaccination programme, which aims to prevent school-aged children from developing vaccine preventable childhood diseases that are associated with significant mortality and morbidity. High uptake of vaccinations in this population also helps to protect the wider community through herd immunity.
The Commissioner expects the school-aged immunisation service to be delivered primarily in schools with additional arrangements in place to vaccinate those service users who are not in mainstream education and those with an unknown school. The SAIS Provider must offer the Service to 100% of eligible school-aged children and young people.
Please note the deadline for responses to the Competitive Process is 12:00PM (Mid-day) on the 7th February 2025.
two.1.5) Estimated total value
Value excluding VAT: £12,050,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1: Leicester, Leicestershire and Rutland
Lot No
1
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKF2 - Leicestershire, Rutland and Northamptonshire
two.2.4) Description of the procurement
The Maximum Total Lifetime Value of the Contract £5, 250, 000 including extensions.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £5,250,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2025
End date
31 August 2030
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend contract for a further 2 years following initial 3 year term.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 2: Lincolnshire
Lot No
2
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKF3 - Lincolnshire
two.2.4) Description of the procurement
The Maximum Total Lifetime Value of the Contract £3, 150, 000 including extensions.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,150,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2025
End date
31 August 2030
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend contract for a further 2 years following initial 3 year term.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 3: Northamptonshire
Lot No
3
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKF2 - Leicestershire, Rutland and Northamptonshire
two.2.4) Description of the procurement
The Maximum Total Lifetime Value of the Contract £3, 650, 000 including extensions.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,650,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2025
End date
31 August 2030
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend contract for a further 2 years following initial 3 year term.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-034857
four.2.2) Time limit for receipt of tenders or requests to participate
Date
7 February 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
7 February 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
This is a Provider Selection Regime (PSR) Contract 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 Contracting Authority will be using an eTendering system for this procurement exercise.
Further information and the Competitive Process documentation can be found via the 'Live Opportunities' list on the e-tendering system at the following link:
https://atamis-1928.my.salesforce-sites.com/?SearchType=Projects
You can also register your interest via this page. You can search for the opportunity by entering the following contract reference: C317131: COMPETITIVE: School-Aged Immunisation Service (SAIS).
The Basic Selection Questions are Pass/Fail and the award criteria for the Key Criteria Questions are as follows and these will be scored on a 0-5 scoring mechanism;
Key Criteria 1: Quality and Innovation: 21.00%
Key Criteria 2: Value: 20.00%
Key Criteria 3: Integration, Collaboration and Services Sustainability: 26.00%
Key Criteria 4: Improving Access, Reducing Health Inequalities and Facilitating Choice: 23.00%
Key Criteria 5: Social Value: 10%
The evaluation stages are as follows;
Stage 1: Preliminary compliance review
Stage 2: Preliminary compliance of the Financial Model Template
Stage 3: Evaluation of the Basic Selection Question responses (Sections A – L)
Stage 3a: Moderation of Basic Selection Questions: Offers that fail any of the required Pass/Fail questions will be disqualified and not considered further
Stage 4: Evaluation of responses to the Key Criteria Questions (Sections 1 – 5)
Stage 4a: Moderation of Key Criteria Questions
Stage 5: Evaluation of section E - Economic and Financial Standing (Basic Selection Questions)
Neither the publication of this notice nor the employment of any particular terminology nor any other indication shall be taken to mean that the Contracting Authority intends to hold itself bound by any of the Regulations.
Please see published procurement documentation for further details.
six.4) Procedures for review
six.4.1) Review body
The High Court
The Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
https://www.judiciary.uk/courts-and-tribunals/high-court/
six.4.2) Body responsible for mediation procedures
NHS Arden and GEM CSU
St John's House, East Street
Leicester
LE1 6NB
Country
United Kingdom
Internet address
https://www.ardengemcsu.nhs.uk/
six.4.4) Service from which information about the review procedure may be obtained
NHS Arden and GEM CSU
St John's House, East Street
Leicester
LE1 6NB
Country
United Kingdom