Tender

School Aged Immunisation Service (SAIS) in Leicester, Leicestershire and Rutland, Lincolnshire, and Northamptonshire

  • NHS England

F02: Contract notice

Notice identifier: 2025/S 000-000065

Procurement identifier (OCID): ocds-h6vhtk-04b1d7

Published 3 January 2025, 10:16am



Section one: Contracting authority

one.1) Name and addresses

NHS England

7&8 Wellington Place

Leeds

LS1 4AP

Contact

Claire Pickard

Email

claire.pickard@nhs.net

Country

United Kingdom

Region code

UKE - Yorkshire and the Humber

Internet address(es)

Main address

https://www.england.nhs.uk//

Buyer's address

https://www.england.nhs.uk//

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

Internet address

https://www.ardengemcsu.nhs.uk/