Tender

Local Vaccination Outreach Programme - South West

  • NHS England

F02: Contract notice

Notice identifier: 2026/S 000-001566

Procurement identifier (OCID): ocds-h6vhtk-05de45

Published 8 January 2026, 3:38pm



Section one: Contracting authority

one.1) Name and addresses

NHS England

Wellington House, 133-155 Waterloo Rd

London

SE1 8UG

Email

Scwcsu.procurement@nhs.net

Country

United Kingdom

Region code

UKI - London

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

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

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained 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

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

Local Vaccination Outreach Programme - South West

Reference number

C404638

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS England South West (the Commissioner) is seeking to secure Provider(s) who have the capability and capacity to deliver Local vaccination Outreach services, in line with the specified requirements. The outreach services will identify and address disparities in uptake of vaccinations. The service will support mitigation of gaps in core commissioned services and response to outbreaks where needed. The service will be delivered by taking a proactive approach to managing population health and inequalities.

The outreach service will provide a versatile response to identified need and collaborate with existing providers of vaccinations in the geography to support addressing vaccination gaps and to compliment, not duplicate, existing commissioned vaccination services. Delivering all aged vaccinations and actively seeking those individuals and population groups with low vaccine uptake, coverage and are less likely to access core vaccination services.

The tailored outreach vaccination service will run in parallel to an inclusive core delivery approach.

We encourage bidders to explore opportunities for collaboration where this can deliver enhanced value and efficiency. Working together can help optimise resources, share expertise, and reduce duplication, ultimately benefiting service delivery and outcomes. Collaborative approaches may include forming consortium, subcontracting arrangements, or strategic partnerships that leverage complementary strengths. Bidders should clearly outline any proposed collaborative models within their submission, demonstrating how these arrangements will maintain accountability and deliver high-quality services.

Where bidders are successful in securing more than one Lot, we expect them to optimise the use of non-delivery resources such as management, administration, and support functions. This approach should minimise overheads, avoid unnecessary duplication, and ensure that efficiencies are realised across all awarded Lots.

This procurement covers 7 lots across the South West:

Lot 1 - Bristol, North Somerset, and South Gloucestershire (BNSSG)

Lot 2 - Bath and North East Somerset, Swindon and Wiltshire (BSW)

Lot 3 - Cornwall and Isles of Scilly

Lot 4 - Devon

Lot 5 - Dorset

Lot 6 - Gloucestershire

Lot 7 - Somerset

The contract duration is 3 years (36 months) with an optional extension of 12 months. Services are due to commence on 1st September 2026 with the first 3 year period ending 31st August 2029.

TUPE is likely to apply.

The maximum contract values for each lot per annum is as follows:

Lot 1 - BNSSG - £350,325

Lot 2 - BSW- £256,299

Lot 3 - Cornwall - £340,548

Lot 4 - Devon - £407,284

Lot 5 - Dorset - £244,443

Lot 6 - Gloucestershire - £167,831

Lot 7 - Somerset - £233,270

The Commissioner has a maximum financial envelope across all 7 Lots of £2,000,000 per annum, including VAT. The total maximum contract value across all 7 Lots for the duration excluding extensions is £6,000,000 including VAT.

Interested parties who wish to take part in the procurement are invited to take part in an Invitation to Tender (ITT) process, based on the competitive (open) procedure and designed to identify the most economically advantageous tender.

All ITT responses must be submitted via the identified eProcurement system by 12 noon on 12th February 2026, at the latest.

This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.

two.1.5) Estimated total value

Value excluding VAT: £6,000,000

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

Bristol, North Somerset, and South Gloucestershire

Lot No

1

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)

two.2.4) Description of the procurement

Lot 1 covers Bristol, North Somerset, and South Gloucestershire (BNSSG)

The contract duration is 3 years (36 months) with an optional extension of 12 months. Services are due to commence on 1st September 2026 with the first 3 year period ending 31st August 2029.

The maximum contract values for this lot per annum is £350,325. The total contract value over the initial 3 year duration is £1,050,975 including VAT.

Interested parties who wish to take part in the procurement are invited to take part in an Invitation to Tender (ITT) process, based on the competitive (open) procedure and designed to identify the most economically advantageous tender and therefore determine the incoming provider.

All ITT responses must be returned by 12 noon on 12th February 2026, at the latest.

This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.

two.2.5) Award criteria

Quality criterion - Name: Quality & Innovation / Weighting: 20%

Quality criterion - Name: Integration, collaboration and service sustainability / Weighting: 30%

Quality criterion - Name: Improving access, reducing health inequalities, and facilitating choice / Weighting: 35%

Quality criterion - Name: Social Value / Weighting: 10%

Cost criterion - Name: Value / Weighting: 5%

two.2.6) Estimated value

Value excluding VAT: £1,050,975

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

Start date

1 September 2026

End date

31 August 2029

This contract is subject to renewal

Yes

Description of renewals

Subject to renewal at the end of the initial term/optional extension period.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract will be for an initial 3 year period, with the option to extend for a further 12 months.

two.2) Description

two.2.1) Title

Bath and North East Somerset, Swindon and Wiltshire

Lot No

2

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area

two.2.4) Description of the procurement

Lot 2 covers Bath and North East Somerset, Swindon and Wiltshire (BSW).

The contract duration is 3 years (36 months) with an optional extension of 12 months. Services are due to commence on 1st September 2026 with the first 3 year period ending 31st August 2029.

The maximum contract values for this lot per annum is £256,299. The total contract value over the initial 3 year duration is £768,897 including VAT.

Interested parties who wish to take part in the procurement are invited to take part in an Invitation to Tender (ITT) process, based on the competitive (open) procedure and designed to identify the most economically advantageous tender and therefore determine the incoming provider.

All ITT responses must be returned by 12 noon on 12th February 2026, at the latest.

This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.

two.2.5) Award criteria

Quality criterion - Name: Quality & Innovation / Weighting: 20%

Quality criterion - Name: Integration, collaboration and service sustainability / Weighting: 30%

Quality criterion - Name: Improving access, reducing health inequalities, and facilitating choice / Weighting: 35%

Quality criterion - Name: Social Value / Weighting: 10%

Cost criterion - Name: Value / Weighting: 5%

two.2.6) Estimated value

Value excluding VAT: £768,897

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

Start date

1 September 2026

End date

31 August 2029

This contract is subject to renewal

Yes

Description of renewals

Subject to renewal at the end of the initial term/optional extension period.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract will be for an initial 3 year period, with the option to extend for a further 12 months.

two.2) Description

two.2.1) Title

Cornwall and Isles of Scilly

Lot No

3

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKK3 - Cornwall and Isles of Scilly

two.2.4) Description of the procurement

Lot 3 covers Cornwall and Isles of Scilly.

The contract duration is 3 years (36 months) with an optional extension of 12 months. Services are due to commence on 1st September 2026 with the first 3 year period ending 31st August 2029.

The maximum contract values for this lot per annum is £340,548. The total contract value over the initial 3 year duration is £1,021,644 including VAT.

Interested parties who wish to take part in the procurement are invited to take part in an Invitation to Tender (ITT) process, based on the competitive (open) procedure and designed to identify the most economically advantageous tender and therefore determine the incoming provider.

All ITT responses must be returned by 12 noon on 12th February 2026, at the latest.

This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.

two.2.5) Award criteria

Quality criterion - Name: Quality & Innovation / Weighting: 20%

Quality criterion - Name: Integration, collaboration and service sustainability / Weighting: 30%

Quality criterion - Name: Improving access, reducing health inequalities, and facilitating choice / Weighting: 35%

Quality criterion - Name: Social Value / Weighting: 10%

Cost criterion - Name: Value / Weighting: 5%

two.2.6) Estimated value

Value excluding VAT: £1,021,644

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

Start date

1 September 2026

End date

31 August 2029

This contract is subject to renewal

Yes

Description of renewals

Subject to renewal at the end of the initial term/optional extension period.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract will be for an initial 3 year period, with the option to extend for a further 12 months.

two.2) Description

two.2.1) Title

Devon

Lot No

4

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKK4 - Devon

two.2.4) Description of the procurement

Lot 4 covers Devon.

The contract duration is 3 years (36 months) with an optional extension of 12 months. Services are due to commence on 1st September 2026 with the first 3 year period ending 31st August 2029.

The maximum contract values for this lot per annum is £407,284. The total contract value over the initial 3 year duration is £1,221,852 including VAT.

Interested parties who wish to take part in the procurement are invited to take part in an Invitation to Tender (ITT) process, based on the competitive (open) procedure and designed to identify the most economically advantageous tender and therefore determine the incoming provider.

All ITT responses must be returned by 12 noon on 12th February 2026, at the latest.

This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.

two.2.5) Award criteria

Quality criterion - Name: Quality & Innovation / Weighting: 20%

Quality criterion - Name: Integration, collaboration and service sustainability / Weighting: 30%

Quality criterion - Name: Improving access, reducing health inequalities, and facilitating choice / Weighting: 35%

Quality criterion - Name: Social Value / Weighting: 10%

Cost criterion - Name: Value / Weighting: 5%

two.2.6) Estimated value

Value excluding VAT: £1,221,852

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

Start date

1 September 2026

End date

31 August 2029

This contract is subject to renewal

Yes

Description of renewals

Subject to renewal at the end of the initial term/optional extension period.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract will be for an initial 3 year period, with the option to extend for a further 12 months.

two.2) Description

two.2.1) Title

Dorset

Lot No

5

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKK25 - Dorset

two.2.4) Description of the procurement

Lot 5 covers Dorset.

The contract duration is 3 years (36 months) with an optional extension of 12 months. Services are due to commence on 1st September 2026 with the first 3 year period ending 31st August 2029.

The maximum contract values for this lot per annum is £244,443. The total contract value over the initial 3 year duration is £733,329 including VAT.

Interested parties who wish to take part in the procurement are invited to take part in an Invitation to Tender (ITT) process, based on the competitive (open) procedure and designed to identify the most economically advantageous tender and therefore determine the incoming provider.

All ITT responses must be returned by 12 noon on 12th February 2026, at the latest.

This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.

two.2.5) Award criteria

Quality criterion - Name: Quality & Innovation / Weighting: 20%

Quality criterion - Name: Integration, collaboration and service sustainability / Weighting: 30%

Quality criterion - Name: Improving access, reducing health inequalities, and facilitating choice / Weighting: 35%

Quality criterion - Name: Social Value / Weighting: 10%

Cost criterion - Name: Value / Weighting: 5%

two.2.6) Estimated value

Value excluding VAT: £733,329

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

Start date

1 September 2026

End date

31 August 2029

This contract is subject to renewal

Yes

Description of renewals

Subject to renewal at the end of the initial term/optional extension period.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract will be for an initial 3 year period, with the option to extend for a further 12 months.

two.2) Description

two.2.1) Title

Gloucestershire

Lot No

6

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKK13 - Gloucestershire

two.2.4) Description of the procurement

Lot 6 covers Gloucestershire.

The contract duration is 3 years (36 months) with an optional extension of 12 months. Services are due to commence on 1st September 2026 with the first 3 year period ending 31st August 2029.

The maximum contract values for this lot per annum is £167,831. The total contract value over the initial 3 year duration is £503,493 including VAT.

Interested parties who wish to take part in the procurement are invited to take part in an Invitation to Tender (ITT) process, based on the competitive (open) procedure and designed to identify the most economically advantageous tender and therefore determine the incoming provider.

All ITT responses must be returned by 12 noon on 12th February 2026, at the latest.

This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.

two.2.5) Award criteria

Quality criterion - Name: Quality & Innovation / Weighting: 20%

Quality criterion - Name: Integration, collaboration and service sustainability / Weighting: 30%

Quality criterion - Name: Improving access, reducing health inequalities, and facilitating choice / Weighting: 35%

Quality criterion - Name: Social Value / Weighting: 10%

Cost criterion - Name: Value / Weighting: 5%

two.2.6) Estimated value

Value excluding VAT: £503,493

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

Start date

1 September 2026

End date

31 August 2029

This contract is subject to renewal

Yes

Description of renewals

Subject to renewal at the end of the initial term/optional extension period.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract will be for an initial 3 year period, with the option to extend for a further 12 months.

two.2) Description

two.2.1) Title

Somerset

Lot No

7

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKK23 - Somerset

two.2.4) Description of the procurement

Lot 7 covers Somerset.

The contract duration is 3 years (36 months) with an optional extension of 12 months. Services are due to commence on 1st September 2026 with the first 3 year period ending 31st August 2029.

The maximum contract values for this lot per annum is £233,270. The total contract value over the initial 3 year duration is £699,810 including VAT.

Interested parties who wish to take part in the procurement are invited to take part in an Invitation to Tender (ITT) process, based on the competitive (open) procedure and designed to identify the most economically advantageous tender and therefore determine the incoming provider.

All ITT responses must be returned by 12 noon on 12th February 2026, at the latest.

This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.

two.2.5) Award criteria

Quality criterion - Name: Quality & Innovation / Weighting: 20%

Quality criterion - Name: Integration, collaboration and service sustainability / Weighting: 30%

Quality criterion - Name: Improving access, reducing health inequalities, and facilitating choice / Weighting: 35%

Quality criterion - Name: Social Value / Weighting: 10%

Cost criterion - Name: Value / Weighting: 5%

two.2.6) Estimated value

Value excluding VAT: £699,810

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

Start date

1 September 2026

End date

31 August 2029

This contract is subject to renewal

Yes

Description of renewals

Subject to renewal at the end of the initial term/optional extension period.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract will be for an initial 3 year period, with the option to extend for a further 12 months.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

List and brief description of conditions

As per the published documentation.

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: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-072631

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

Date

12 February 2026

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

12 February 2026

Local time

12:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.3) Additional information

Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome.

Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the bid documentation (including questionnaires), you will need to click on 'Register interest' - this will take you to the log-in page.

If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid.

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 and The Procurement Act 2023 do not apply to this award.

six.4) Procedures for review

six.4.1) Review body

NHS England

London

Country

United Kingdom