Contract

Community COVID-19 Vaccination Programme - South West Additional Fixed Sites

  • NHS England

F03: Contract award notice

Notice identifier: 2025/S 000-005934

Procurement identifier (OCID): ocds-h6vhtk-04c651

Published 19 February 2025, 3:53pm



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

UKK11 - Bristol, City of

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.england.nhs.uk

Buyer's address

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

Community COVID-19 Vaccination Programme - South West Additional Fixed Sites

Reference number

C323550

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) were seeking to commission a Provider(s) who have the capability and capacity to deliver Community COVID-19 vaccination services at additional fixed sites across the South West.

The Commissioner identified that there is a need for further provision of COVID-19 vaccination services beyond that capable of being provided by the Site Sign-up Process.

Fixed Site Services will be required to vaccinate all eligible cohorts (including care homes) and claim payments consistent with sites commissioned under the Site Sign-up Process.

Population gaps have been identified by the Commissioner as requiring additional Fixed Site Services following the Site Sign-Up Process. The postcodes are divided into Lots, each Lot will represent one or more post codes. Within each Lot, more than one contracts may be awarded depending on the capacity that Potential Suppliers are able to offer and the level of capacity required for that Lot.

The procurement was structured into 16 Lots across the South West:

• Lot 1: Isles of Scilly (TR21)

• Lot 2: Truro (TR13)

• Lot 3: Wadebridge (PL27)

• Lot 4; Barnstaple (EX31)

• Lot 5: East Devon/Mid Devon (EX5)

• Lot 6: Plymouth (PL2)

• Lot 7: Cinderford (GL14)

• Lot 8: Lydney (GL15)

• Lot 9: Coleford Gloucestershire (GL16)

• Lot 10: Lydbrook (GL17)

• Lot 11: Langport, Ilminster, Bridgwater, South and West Somerset, Central and West Taunton (TA10, TA19, TA6, TA7, TA9, TA2, TA3, BA6, BA16, DT8, EX13, TA12, TA13, TA17, TA18, TA20, TA1, TA4, TA5, EX16, TA21, EX31, EX35, TA22, TA23, TA24, BA22)

• Lot 12: Poole Town Centre (BH15)

• Lot 13: Wimborne (BH21)

• Lot 14: Ringwood (BH24)

• Lot 15: Bournemouth/Boscombe (BH7)

• Lot 16: Wareham/Purbeck (BH20)

The total value of Community COVID-19 Vaccination Programme - South West Additional Fixed Sites pricing is £7.54 per vaccine, with undetermined volumes over 12 months, and a possible extension of an additional 12 months. The initial 12 months period will commence from 1st April 2025.

The number of vaccines to be delivered will be determined by patient choice where suppliers will be paid £7.54 per vaccine given.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £7.54

two.2) Description

two.2.1) Title

Isles of Scilly

Lot No

1

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

NHS England South West (the Commissioner) were seeking to commission a Provider(s) who have the capability and capacity to deliver Community COVID-19 vaccination services at additional fixed sites across the South West.

The procurement is divided into lots. Each lot will represent one or more postcode where population gaps have been identified by the Commissioner as requiring additional Fixed Site Services following the Site Sign-Up Process.

Lot 1 covers the postcode area TR21 within Isles of Scilly.

The contracts will be for an Initial contract term of 12 months, with the option to extend for up to a further 12 months, services are planned to commence from 1st April 2025.

The number of vaccines to be delivered will be determined by patient choice where suppliers will be paid £7.54 per vaccine given

The Services procured through this tender process are healthcare services subject to the Health Care Services (Provider Selection Regime) Regulations 2023, (PSR), and the process has been undertaken in full accordance with the law. For the avoidance of doubt, the provisions of the Public Contract Regulations 2015 do not apply.

The procurement followed the Competitive Process, in accordance with Regulation 11.

This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.5) Award criteria

Quality criterion - Name: Quality & Innovation / Weighting: 5%

Quality criterion - Name: Integration, Collaboration and service sustainability / Weighting: 40%

Quality criterion - Name: Improving access, reducing health inequalities, and facilitating choice / Weighting: 45%

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

Cost criterion - Name: Value / Weighting: Pass / Fail

two.2.11) Information about options

Options: Yes

Description of options

A possible extension of an additional 12 months

two.2) Description

two.2.1) Title

Truro

Lot No

2

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

NHS England South West (the Commissioner) were seeking to commission a Provider(s) who have the capability and capacity to deliver Community COVID-19 vaccination services at additional fixed sites across the South West.

The procurement is divided into lots. Each lot will represent one or more postcode where population gaps have been identified by the Commissioner as requiring additional Fixed Site Services following the Site Sign-Up Process.

Lot 2 covers the postcode area TR13 within Truro.

The contracts will be for an Initial contract term of 12 months, with the option to extend for up to a further 12 months, services are planned to commence from 1st April 2025.

The number of vaccines to be delivered will be determined by patient choice where suppliers will be paid £7.54 per vaccine given

The Services procured through this tender process are healthcare services subject to the Health Care Services (Provider Selection Regime) Regulations 2023, (PSR), and the process has been undertaken in full accordance with the law. For the avoidance of doubt, the provisions of the Public Contract Regulations 2015 do not apply.

The procurement followed the Competitive Process, in accordance with Regulation 11.

This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.5) Award criteria

Quality criterion - Name: Quality & Innovation / Weighting: 5%

Quality criterion - Name: Integration, Collaboration and service sustainability / Weighting: 40%

Quality criterion - Name: Improving access, reducing health inequalities, and facilitating choice / Weighting: 45%

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

Cost criterion - Name: Value / Weighting: Pass / Fail

two.2.11) Information about options

Options: Yes

Description of options

A possible extension of an additional 12 months.

two.2) Description

two.2.1) Title

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

NHS England South West (the Commissioner) were seeking to commission a Provider(s) who have the capability and capacity to deliver Community COVID-19 vaccination services at additional fixed sites across the South West.

The procurement is divided into lots. Each lot will represent one or more postcode where population gaps have been identified by the Commissioner as requiring additional Fixed Site Services following the Site Sign-Up Process.

Lot 3 covers the postcode area PL27 within Wadebridge.

The contracts will be for an Initial contract term of 12 months, with the option to extend for up to a further 12 months, services are planned to commence from 1st April 2025.

The number of vaccines to be delivered will be determined by patient choice where suppliers will be paid £7.54 per vaccine given

The Services procured through this tender process are healthcare services subject to the Health Care Services (Provider Selection Regime) Regulations 2023, (PSR), and the process has been undertaken in full accordance with the law. For the avoidance of doubt, the provisions of the Public Contract Regulations 2015 do not apply.

The procurement followed the Competitive Process, in accordance with Regulation 11.

This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.5) Award criteria

Quality criterion - Name: Quality & Innovation / Weighting: 5%

Quality criterion - Name: Integration, Collaboration and service sustainability / Weighting: 40%

Quality criterion - Name: Improving access, reducing health inequalities, and facilitating choice / Weighting: 45%

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

Cost criterion - Name: Value / Weighting: Pass / Fail

two.2.11) Information about options

Options: Yes

Description of options

A possible extension of an additional 12 months.

two.2) Description

two.2.1) Title

Barnstaple

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

NHS England South West (the Commissioner) were seeking to commission a Provider(s) who have the capability and capacity to deliver Community COVID-19 vaccination services at additional fixed sites across the South West.

The procurement is divided into lots. Each lot will represent one or more postcode where population gaps have been identified by the Commissioner as requiring additional Fixed Site Services following the Site Sign-Up Process.

Lot 4 covers the postcode area EX31 within Barnstaple.

The contracts will be for an Initial contract term of 12 months, with the option to extend for up to a further 12 months, services are planned to commence from 1st April 2025.

The number of vaccines to be delivered will be determined by patient choice where suppliers will be paid £7.54 per vaccine given

The Services procured through this tender process are healthcare services subject to the Health Care Services (Provider Selection Regime) Regulations 2023, (PSR), and the process has been undertaken in full accordance with the law. For the avoidance of doubt, the provisions of the Public Contract Regulations 2015 do not apply.

The procurement followed the Competitive Process, in accordance with Regulation 11.

This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.5) Award criteria

Quality criterion - Name: Quality & Innovation / Weighting: 5%

Quality criterion - Name: Integration, Collaboration and service sustainability / Weighting: 40%

Quality criterion - Name: Improving access, reducing health inequalities, and facilitating choice / Weighting: 45%

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

Cost criterion - Name: Value / Weighting: Pass/ Fail

two.2.11) Information about options

Options: Yes

Description of options

A possible extension of an additional 12 months.

two.2) Description

two.2.1) Title

East Devon/Mid Devon

Lot No

5

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

NHS England South West (the Commissioner) were seeking to commission a Provider(s) who have the capability and capacity to deliver Community COVID-19 vaccination services at additional fixed sites across the South West.

The procurement is divided into lots. Each lot will represent one or more postcode where population gaps have been identified by the Commissioner as requiring additional Fixed Site Services following the Site Sign-Up Process.

Lot 5 covers the postcode area EX5 within East Devon/Mid Devon.

The contracts will be for an Initial contract term of 12 months, with the option to extend for up to a further 12 months, services are planned to commence from 1st April 2025.

The number of vaccines to be delivered will be determined by patient choice where suppliers will be paid £7.54 per vaccine given

The Services procured through this tender process are healthcare services subject to the Health Care Services (Provider Selection Regime) Regulations 2023, (PSR), and the process has been undertaken in full accordance with the law. For the avoidance of doubt, the provisions of the Public Contract Regulations 2015 do not apply.

The procurement followed the Competitive Process, in accordance with Regulation 11.

This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.5) Award criteria

Quality criterion - Name: Quality & Innovation / Weighting: 5%

Quality criterion - Name: Integration, Collaboration and service sustainability / Weighting: 40%

Quality criterion - Name: Improving access, reducing health inequalities, and facilitating choice / Weighting: 45%

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

Cost criterion - Name: Value / Weighting: Pass / Fail

two.2.11) Information about options

Options: Yes

Description of options

A possible extension of an additional 12 months.

two.2) Description

two.2.1) Title

Plymouth

Lot No

6

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKK41 - Plymouth

two.2.4) Description of the procurement

NHS England South West (the Commissioner) were seeking to commission a Provider(s) who have the capability and capacity to deliver Community COVID-19 vaccination services at additional fixed sites across the South West.

The procurement is divided into lots. Each lot will represent one or more postcode where population gaps have been identified by the Commissioner as requiring additional Fixed Site Services following the Site Sign-Up Process.

Lot 6 covers the postcode area PL2 within Plymouth.

The contracts will be for an Initial contract term of 12 months, with the option to extend for up to a further 12 months, services are planned to commence from 1st April 2025.

The number of vaccines to be delivered will be determined by patient choice where suppliers will be paid £7.54 per vaccine given

The Services procured through this tender process are healthcare services subject to the Health Care Services (Provider Selection Regime) Regulations 2023, (PSR), and the process has been undertaken in full accordance with the law. For the avoidance of doubt, the provisions of the Public Contract Regulations 2015 do not apply.

The procurement followed the Competitive Process, in accordance with Regulation 11.

This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.5) Award criteria

Quality criterion - Name: Quality & Innovation / Weighting: 5%

Quality criterion - Name: Integration, Collaboration and service sustainability / Weighting: 40%

Quality criterion - Name: Improving access, reducing health inequalities, and facilitating choice / Weighting: 45%

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

Cost criterion - Name: Value / Weighting: Pass / Fail

two.2.11) Information about options

Options: Yes

Description of options

A possible extension of an additional 12 months.

two.2) Description

two.2.1) Title

Cinderford

Lot No

7

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

NHS England South West (the Commissioner) were seeking to commission a Provider(s) who have the capability and capacity to deliver Community COVID-19 vaccination services at additional fixed sites across the South West.

The procurement is divided into lots. Each lot will represent one or more postcode where population gaps have been identified by the Commissioner as requiring additional Fixed Site Services following the Site Sign-Up Process.

Lot 7 covers the postcode area GL14 within Cinderford.

The contracts will be for an Initial contract term of 12 months, with the option to extend for up to a further 12 months, services are planned to commence from 1st April 2025.

The number of vaccines to be delivered will be determined by patient choice where suppliers will be paid £7.54 per vaccine given

The Services procured through this tender process are healthcare services subject to the Health Care Services (Provider Selection Regime) Regulations 2023, (PSR), and the process has been undertaken in full accordance with the law. For the avoidance of doubt, the provisions of the Public Contract Regulations 2015 do not apply.

The procurement followed the Competitive Process, in accordance with Regulation 11.

This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.5) Award criteria

Quality criterion - Name: Quality & Innovation / Weighting: 5%

Quality criterion - Name: Integration, Collaboration and service sustainability / Weighting: 40%

Quality criterion - Name: Improving access, reducing health inequalities, and facilitating choice / Weighting: 45%

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

Cost criterion - Name: Value / Weighting: Pass / Fail

two.2.11) Information about options

Options: Yes

Description of options

A possible extension of an additional 12 months.

two.2) Description

two.2.1) Title

Lydney

Lot No

8

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

NHS England South West (the Commissioner) were seeking to commission a Provider(s) who have the capability and capacity to deliver Community COVID-19 vaccination services at additional fixed sites across the South West.

The procurement is divided into lots. Each lot will represent one or more postcode where population gaps have been identified by the Commissioner as requiring additional Fixed Site Services following the Site Sign-Up Process.

Lot 8 covers the postcode area GL15 within Lydney.

The contracts will be for an Initial contract term of 12 months, with the option to extend for up to a further 12 months, services are planned to commence from 1st April 2025.

The number of vaccines to be delivered will be determined by patient choice where suppliers will be paid £7.54 per vaccine given

The Services procured through this tender process are healthcare services subject to the Health Care Services (Provider Selection Regime) Regulations 2023, (PSR), and the process has been undertaken in full accordance with the law. For the avoidance of doubt, the provisions of the Public Contract Regulations 2015 do not apply.

The procurement followed the Competitive Process, in accordance with Regulation 11.

This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.5) Award criteria

Quality criterion - Name: Quality & Innovation / Weighting: 5%

Quality criterion - Name: Integration, Collaboration and service sustainability / Weighting: 40%

Quality criterion - Name: Improving access, reducing health inequalities, and facilitating choice / Weighting: 45%

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

Cost criterion - Name: Value / Weighting: Pass / Fail

two.2.11) Information about options

Options: Yes

Description of options

A possible extension of an additional 12 months.

two.2) Description

two.2.1) Title

Coleford Gloucestershire

Lot No

9

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

NHS England South West (the Commissioner) were seeking to commission a Provider(s) who have the capability and capacity to deliver Community COVID-19 vaccination services at additional fixed sites across the South West.

The procurement is divided into lots. Each lot will represent one or more postcode where population gaps have been identified by the Commissioner as requiring additional Fixed Site Services following the Site Sign-Up Process.

Lot 9 covers the postcode area GL16 within Coleford Gloucestershire.

The contracts will be for an Initial contract term of 12 months, with the option to extend for up to a further 12 months, services are planned to commence from 1st April 2025.

The number of vaccines to be delivered will be determined by patient choice where suppliers will be paid £7.54 per vaccine given

The Services procured through this tender process are healthcare services subject to the Health Care Services (Provider Selection Regime) Regulations 2023, (PSR), and the process has been undertaken in full accordance with the law. For the avoidance of doubt, the provisions of the Public Contract Regulations 2015 do not apply.

The procurement followed the Competitive Process, in accordance with Regulation 11.

This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.5) Award criteria

Quality criterion - Name: Quality & Innovation / Weighting: 5%

Quality criterion - Name: Integration, Collaboration and service sustainability / Weighting: 40%

Quality criterion - Name: Improving access, reducing health inequalities, and facilitating choice / Weighting: 45%

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

Cost criterion - Name: Value / Weighting: Pass / Fail

two.2.11) Information about options

Options: Yes

Description of options

A possible extension of an additional 12 months.

two.2) Description

two.2.1) Title

Lydbrook

Lot No

10

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

NHS England South West (the Commissioner) were seeking to commission a Provider(s) who have the capability and capacity to deliver Community COVID-19 vaccination services at additional fixed sites across the South West.

The procurement is divided into lots. Each lot will represent one or more postcode where population gaps have been identified by the Commissioner as requiring additional Fixed Site Services following the Site Sign-Up Process.

Lot 10 covers the postcode area GL17 within Lydbrook.

The contracts will be for an Initial contract term of 12 months, with the option to extend for up to a further 12 months, services are planned to commence from 1st April 2025.

The number of vaccines to be delivered will be determined by patient choice where suppliers will be paid £7.54 per vaccine given

The Services procured through this tender process are healthcare services subject to the Health Care Services (Provider Selection Regime) Regulations 2023, (PSR), and the process has been undertaken in full accordance with the law. For the avoidance of doubt, the provisions of the Public Contract Regulations 2015 do not apply.

The procurement followed the Competitive Process, in accordance with Regulation 11.

This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.5) Award criteria

Quality criterion - Name: Quality & Innovation / Weighting: 5%

Quality criterion - Name: Integration, Collaboration and service sustainability / Weighting: 40%

Quality criterion - Name: Improving access, reducing health inequalities, and facilitating choice / Weighting: 45%

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

Cost criterion - Name: Value / Weighting: Pass / Fail

two.2.11) Information about options

Options: Yes

Description of options

A possible extension of an additional 12 months.

two.2) Description

two.2.1) Title

Langport, Ilminster, Bridgwater, South and West Somerset, Central and West Taunton

Lot No

11

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

NHS England South West (the Commissioner) were seeking to commission a Provider(s) who have the capability and capacity to deliver Community COVID-19 vaccination services at additional fixed sites across the South West.

The procurement is divided into lots. Each lot will represent one or more postcode where population gaps have been identified by the Commissioner as requiring additional Fixed Site Services following the Site Sign-Up Process.

Lot 11 covers the postcode areas TA10, TA19, TA6, TA7, TA9, TA2, TA3, BA6, BA16, DT8, EX13, TA12, TA13, TA17, TA18, TA20, TA1, TA4, TA5, EX16, TA21, EX31, EX35, TA22, TA23, TA24, BA22 within Langport, Ilminster, Bridgwater, South and West Somerset, Central and West Taunton.

The contracts will be for an Initial contract term of 12 months, with the option to extend for up to a further 12 months, services are planned to commence from 1st April 2025.

The number of vaccines to be delivered will be determined by patient choice where suppliers will be paid £7.54 per vaccine given

The Services procured through this tender process are healthcare services subject to the Health Care Services (Provider Selection Regime) Regulations 2023, (PSR), and the process has been undertaken in full accordance with the law. For the avoidance of doubt, the provisions of the Public Contract Regulations 2015 do not apply.

The procurement followed the Competitive Process, in accordance with Regulation 11.

This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.5) Award criteria

Quality criterion - Name: Quality & Innovation / Weighting: 5%

Quality criterion - Name: Integration, Collaboration and service sustainability / Weighting: 40%

Quality criterion - Name: Improving access, reducing health inequalities, and facilitating choice / Weighting: 45%

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

Cost criterion - Name: Value / Weighting: Pass / Fail

two.2.11) Information about options

Options: Yes

Description of options

A possible extension of an additional 12 months.

two.2) Description

two.2.1) Title

Poole Town Centre

Lot No

12

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKK24 - Bournemouth, Christchurch and Poole

two.2.4) Description of the procurement

NHS England South West (the Commissioner) were seeking to commission a Provider(s) who have the capability and capacity to deliver Community COVID-19 vaccination services at additional fixed sites across the South West.

The procurement is divided into lots. Each lot will represent one or more postcode where population gaps have been identified by the Commissioner as requiring additional Fixed Site Services following the Site Sign-Up Process.

Lot 12 covers the postcode area BH15 within Poole Town Centre.

The contracts will be for an Initial contract term of 12 months, with the option to extend for up to a further 12 months, services are planned to commence from 1st April 2025.

The number of vaccines to be delivered will be determined by patient choice where suppliers will be paid £7.54 per vaccine given

The Services procured through this tender process are healthcare services subject to the Health Care Services (Provider Selection Regime) Regulations 2023, (PSR), and the process has been undertaken in full accordance with the law. For the avoidance of doubt, the provisions of the Public Contract Regulations 2015 do not apply.

The procurement followed the Competitive Process, in accordance with Regulation 11.

This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.5) Award criteria

Quality criterion - Name: Quality & Innovation / Weighting: 5%

Quality criterion - Name: Integration, Collaboration and service sustainability / Weighting: 40%

Quality criterion - Name: Improving access, reducing health inequalities, and facilitating choice / Weighting: 45%

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

Cost criterion - Name: Value / Weighting: Pass / Fail

two.2.11) Information about options

Options: Yes

Description of options

A possible extension of an additional 12 months.

two.2) Description

two.2.1) Title

Wimborne

Lot No

13

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKK24 - Bournemouth, Christchurch and Poole

two.2.4) Description of the procurement

NHS England South West (the Commissioner) were seeking to commission a Provider(s) who have the capability and capacity to deliver Community COVID-19 vaccination services at additional fixed sites across the South West.

The procurement is divided into lots. Each lot will represent one or more postcode where population gaps have been identified by the Commissioner as requiring additional Fixed Site Services following the Site Sign-Up Process.

Lot 13 covers the postcode area BH21 within Wimborne.

The contracts will be for an Initial contract term of 12 months, with the option to extend for up to a further 12 months, services are planned to commence from 1st April 2025.

The number of vaccines to be delivered will be determined by patient choice where suppliers will be paid £7.54 per vaccine given

The Services procured through this tender process are healthcare services subject to the Health Care Services (Provider Selection Regime) Regulations 2023, (PSR), and the process has been undertaken in full accordance with the law. For the avoidance of doubt, the provisions of the Public Contract Regulations 2015 do not apply.

The procurement followed the Competitive Process, in accordance with Regulation 11.

This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.5) Award criteria

Quality criterion - Name: Quality & Innovation / Weighting: 5%

Quality criterion - Name: Integration, Collaboration and service sustainability / Weighting: 40%

Quality criterion - Name: Improving access, reducing health inequalities, and facilitating choice / Weighting: 45%

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

Cost criterion - Name: Value / Weighting: Pass / Fail

two.2.11) Information about options

Options: Yes

Description of options

A possible extension of an additional 12 months.

two.2) Description

two.2.1) Title

Ringwood

Lot No

14

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKJ35 - South Hampshire

two.2.4) Description of the procurement

NHS England South West (the Commissioner) were seeking to commission a Provider(s) who have the capability and capacity to deliver Community COVID-19 vaccination services at additional fixed sites across the South West.

The procurement is divided into lots. Each lot will represent one or more postcode where population gaps have been identified by the Commissioner as requiring additional Fixed Site Services following the Site Sign-Up Process.

Lot 14 covers the postcode area BH24 within Ringwood.

The contracts will be for an Initial contract term of 12 months, with the option to extend for up to a further 12 months, services are planned to commence from 1st April 2025.

The number of vaccines to be delivered will be determined by patient choice where suppliers will be paid £7.54 per vaccine given

The Services procured through this tender process are healthcare services subject to the Health Care Services (Provider Selection Regime) Regulations 2023, (PSR), and the process has been undertaken in full accordance with the law. For the avoidance of doubt, the provisions of the Public Contract Regulations 2015 do not apply.

The procurement followed the Competitive Process, in accordance with Regulation 11.

This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.5) Award criteria

Quality criterion - Name: Quality & Innovation / Weighting: 5%

Quality criterion - Name: Integration, Collaboration and service sustainability / Weighting: 40%

Quality criterion - Name: Improving access, reducing health inequalities, and facilitating choice / Weighting: 45%

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

Cost criterion - Name: Value / Weighting: Pass / Fail

two.2.11) Information about options

Options: Yes

Description of options

A possible extension of an additional 12 months

two.2) Description

two.2.1) Title

Bournemouth/Boscombe

Lot No

15

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKK24 - Bournemouth, Christchurch and Poole

two.2.4) Description of the procurement

NHS England South West (the Commissioner) were seeking to commission a Provider(s) who have the capability and capacity to deliver Community COVID-19 vaccination services at additional fixed sites across the South West.

The procurement is divided into lots. Each lot will represent one or more postcode where population gaps have been identified by the Commissioner as requiring additional Fixed Site Services following the Site Sign-Up Process.

Lot 15 covers the postcode area BH7 within Bournemouth/Boscombe.

The contracts will be for an Initial contract term of 12 months, with the option to extend for up to a further 12 months, services are planned to commence from 1st April 2025.

The number of vaccines to be delivered will be determined by patient choice where suppliers will be paid £7.54 per vaccine given

The Services procured through this tender process are healthcare services subject to the Health Care Services (Provider Selection Regime) Regulations 2023, (PSR), and the process has been undertaken in full accordance with the law. For the avoidance of doubt, the provisions of the Public Contract Regulations 2015 do not apply.

The procurement followed the Competitive Process, in accordance with Regulation 11.

This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.5) Award criteria

Quality criterion - Name: Quality & Innovation / Weighting: 5%

Quality criterion - Name: Integration, Collaboration and service sustainability / Weighting: 40%

Quality criterion - Name: Improving access, reducing health inequalities, and facilitating choice / Weighting: 45%

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

Cost criterion - Name: Value / Weighting: Pass / Fail

two.2.11) Information about options

Options: Yes

Description of options

A possible extension of an additional 12 months.

two.2) Description

two.2.1) Title

Wareham/Purbeck

Lot No

16

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

NHS England South West (the Commissioner) were seeking to commission a Provider(s) who have the capability and capacity to deliver Community COVID-19 vaccination services at additional fixed sites across the South West.

The procurement is divided into lots. Each lot will represent one or more postcode where population gaps have been identified by the Commissioner as requiring additional Fixed Site Services following the Site Sign-Up Process.

Lot 16 covers the postcode area BH20 within Wareham/Purbeck.

The contracts will be for an Initial contract term of 12 months, with the option to extend for up to a further 12 months, services are planned to commence from 1st April 2025.

The number of vaccines to be delivered will be determined by patient choice where suppliers will be paid £7.54 per vaccine given

The Services procured through this tender process are healthcare services subject to the Health Care Services (Provider Selection Regime) Regulations 2023, (PSR), and the process has been undertaken in full accordance with the law. For the avoidance of doubt, the provisions of the Public Contract Regulations 2015 do not apply.

The procurement followed the Competitive Process, in accordance with Regulation 11.

This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.5) Award criteria

Quality criterion - Name: Quality & Innovation / Weighting: 5%

Quality criterion - Name: Integration, Collaboration and service sustainability / Weighting: 40%

Quality criterion - Name: Improving access, reducing health inequalities, and facilitating choice / Weighting: 45%

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

Cost criterion - Name: Value / Weighting: Pass / Fail

two.2.11) Information about options

Options: Yes

Description of options

A possible extension of an additional 12 months.


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: 2024/S 000-039906


Section five. Award of contract

Lot No

1

Title

Isles of Scilly

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected


Section five. Award of contract

Lot No

2

Title

Truro

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 February 2025

five.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Royal Cornwall Hospital Trust

Treliske, Penventinnie Lane

Truro

TR1 3LJ

Country

United Kingdom

NUTS code
  • UKK3 - Cornwall and Isles of Scilly
Justification for not providing organisation identifier

Not on any register

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £7.54

Total value of the contract/lot: £7.54


Section five. Award of contract

Lot No

3

Title

Wadebridge

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 February 2025

five.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Royal Cornwall Hospital Trust

Treliske, Penventinnie Lane

Truro

TR1 3LJ

Country

United Kingdom

NUTS code
  • UKK3 - Cornwall and Isles of Scilly
Justification for not providing organisation identifier

Not on any register

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £7.54

Total value of the contract/lot: £7.54


Section five. Award of contract

Lot No

4

Title

Barnstaple

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 February 2025

five.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Royal Devon University Healthcare NHS Trust

Exeter

EX2 5DW

Country

United Kingdom

NUTS code
  • UKK4 - Devon
Justification for not providing organisation identifier

Not on any register

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £7.54

Total value of the contract/lot: £7.54


Section five. Award of contract

Lot No

5

Title

East Devon/Mid Devon

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 February 2025

five.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Royal Devon University Healthcare Trust

Exeter

EX2 5DW

Country

United Kingdom

NUTS code
  • UKK4 - Devon
Justification for not providing organisation identifier

Not on any register

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £7.54

Total value of the contract/lot: £7.54


Section five. Award of contract

Lot No

6

Title

Plymouth

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 February 2025

five.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Royal Devon University Healthcare Trust

Exeter

EX2 5DW

Country

United Kingdom

NUTS code
  • UKK4 - Devon
Justification for not providing organisation identifier

Not on any register

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £7.54

Total value of the contract/lot: £7.54


Section five. Award of contract

Lot No

7

Title

Cinderford

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected


Section five. Award of contract

Lot No

8

Title

Lydney

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected


Section five. Award of contract

Lot No

9

Title

Coleford Gloucestershire

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected


Section five. Award of contract

Lot No

10

Title

Lydbrook

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected


Section five. Award of contract

Lot No

11

Title

Langport, Ilminster, Bridgwater, South and West Somerset, Central and West Taunton

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 February 2025

five.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Somerset NHS Foundation Trust

Yeovil District Hospital, Higher Kingston

Yeovil

BA21 4AT

Country

United Kingdom

NUTS code
  • UKK23 - Somerset
Justification for not providing organisation identifier

Not on any register

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £7.54

Total value of the contract/lot: £7.54


Section five. Award of contract

Lot No

12

Title

Poole Town Centre

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 February 2025

five.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Poole Central PCN

2 Rosemary Gardens, Parkstone

Poole

BH12 3HF

Country

United Kingdom

NUTS code
  • UKK24 - Bournemouth, Christchurch and Poole
Justification for not providing organisation identifier

Not on any register

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £7.54

Total value of the contract/lot: £7.54


Section five. Award of contract

Lot No

13

Title

Wimborne

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 February 2025

five.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Poole North Primary Care Network

18 Kirkway

Broadstone

BH18 8EE

Country

United Kingdom

NUTS code
  • UKK25 - Dorset
Justification for not providing organisation identifier

Not on any register

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £7.54

Total value of the contract/lot: £7.54


Section five. Award of contract

Lot No

14

Title

Ringwood

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 February 2025

five.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Wimborne and Ferndown PCN

Rodways Corner

Wimborne

BH21 1AP

Country

United Kingdom

NUTS code
  • UKK25 - Dorset
PCN

U19923

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £7.54

Total value of the contract/lot: £7.54


Section five. Award of contract

Lot No

15

Title

Bournemouth/Boscombe

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 February 2025

five.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Dorset HealthCare University NHS Foundation Trust

Sentinel House, Nuffield Rd

Poole

BH17 0RB

Country

United Kingdom

NUTS code
  • UKK24 - Bournemouth, Christchurch and Poole
Justification for not providing organisation identifier

Not on any register

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £7.54

Total value of the contract/lot: £7.54


Section five. Award of contract

Lot No

16

Title

Wareham/Purbeck

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 February 2025

five.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Dorset HealthCare University NHS Foundation Trust

Sentinel House, Nuffield Rd

Poole

BH17 0RB

Country

United Kingdom

NUTS code
  • UKK24 - Bournemouth, Christchurch and Poole
Justification for not providing organisation identifier

Not on any register

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £7.54

Total value of the contract/lot: £7.54


Section six. Complementary information

six.3) Additional information

Confirmation was provided that that Direct Award Process A and Direct Award Process B were not applicable for this service. Given that the incumbent provider had not previously undergone competition for this contract, Direct Award Process C could not be followed.

The Most Suitable Provider process was not a viable option due to being unable to identify a suitable provider.

Confirmation was provided that NHSE South West did not wish to establish a framework agreement and that the service was not a mixed procurement, in turn, it was concluded that the Competitive Process was the best route to market.

Award decisions have been recommended by NHS England.

The decision to award this contract in line with Competitive Process was based on evaluation against the basic selection criteria, which was assessed on a pass/fail basis, and the 5 key criteria, which were assessed on a 0-4 scale (see section 10), with the below weightings.

1. Integration, collaboration and service sustainability (40%)

2. Improving access, reducing health inequalities and facilitating choice (45%)

3. Quality and Innovation (5%)

4. Social Value (10%)

5. Value (Pass/Fail)

No Conflicts of interest were identified among anyone who was involved in the process.

This is a Provider Selection Regime (PSR) intention to award 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 publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by 4th March. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.

Written representations should be sent to Scwcsu.procurement@nhs.net

six.4) Procedures for review

six.4.1) Review body

NHS England

London

Country

United Kingdom