- Scope of the procurement
- Lot 1. Isles of Scilly
- Lot 2. Truro
- Lot 3
- Lot 4. Barnstaple
- Lot 5. East Devon/Mid Devon
- Lot 6. Plymouth
- Lot 7. Cinderford
- Lot 8. Lydney
- Lot 9. Coleford Gloucestershire
- Lot 10. Lydbrook
- Lot 11. Langport, Ilminster, Bridgwater, South and West Somerset, Central and West Taunton
- Lot 12. Poole Town Centre
- Lot 13. Wimborne
- Lot 14. Ringwood
- Lot 15. Bournemouth/Boscombe
- Lot 16. Wareham/Purbeck
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
UKK11 - Bristol, City of
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
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