Section one: Contracting authority
one.1) Name and addresses
NHS England
Wellington House, 133-155 Waterloo Rd
London
SE1 8UG
Country
United Kingdom
Region code
UKI - London
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
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