Section one: Contracting authority
one.1) Name and addresses
NHS England (London Region)
Wellington House, 133-135 Waterloo Road
London
SE1 8UG
Country
United Kingdom
Region code
UKI - London
NHS Organisation Data Service
Q71
Internet address(es)
Main address
https://www.england.nhs.uk/london/contact-us/
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
NHSE - SWL Provision of Covid-19 Vaccination Services
Reference number
PRJ2169
two.1.2) Main CPV code
- 85140000 - Miscellaneous health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHSE - SWL Provision of Covid-19 Vaccination Services.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £328,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
NHSE - NCL Provision of Covid-19 Vaccination Services.
To provide an outreach vaccination service to the population of South West London, This encompasses the boroughs of Croydon, Kingston, Merton, Sutton, Richmond and Wandsworth.
The Provider must deliver the Vaccination Outreach Services through flexible community led delivery models to improve uptake and engagement with communities as more particularly set out in their Tender Response Document. Processes must be put into place to support Patients with communication needs and/or encourage vaccination of Patients who experience other difficulties in accessing healthcare.
The SWL outreach vaccination service is dedicated to reaching a broad and diverse population across the ICB's geographical footprint with the aim of providing equitable access to COVID-19 and other immunisation vaccinations for all residents, regardless of their location, background, or circumstances.
COVID-19 vaccinations are currently commissioned with providers under an enhanced service agreement overseen by NHSE1 and this means that delivery is subject to providers either opting-in or opting-out of this type of provision. Consequently, a key delivery component of the current roving service is to substantiate gaps in local provision where for example there is no
This contract award has been made following Urgent Award Process (The Health Care Services (Provider Selection Regime) Regulations 2023, Regulation 14).
This contract will be for the period 1st April 2025 to 31st March 2026 (12 months).
The approximate lifetime value of the contract for 12 months is £328,000.
two.2.5) Award criteria
Quality criterion - Name: to address immediate risks to safety and quality of care / Weighting: 100
Price - Weighting: 0
two.2.11) Information about options
Options: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
Explanation:
This contract has been awarded under the urgent circumstances provision of the Provider Selection Regime (PSR). This contract has been awarded under 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.
This an incumbent provider within the SWL footprint, having taken part in previous campaigns. A delay in national confirmation of funding created an unrealistic timeframe, in which a full procurement process would have left gaps in the provision of vaccines in the upcoming Spring campaign for large numbers of eligible individuals and/or groups. Discussion has taken place with all London ICB Programme Leads and it has been agreed that due to the serious time constraints and ensuring readiness for Spring, a direct award of 12 months to incumbent providers is essential. In addition, there is significant concern on the extent of reduction in Access and Inequalities funding, and with no surge budget this year, that providers will not come forward to support any shorter contract period as it is not financially viable for them. It is recommended that regional approval is provided to issue direct award contracts to existing incumbent providers to enable the commissioning of outreach services for 2025/26.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
25 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
CROYDON HEALTH SERVICES NHS TRUST
London
Country
United Kingdom
NUTS code
- UKI - London
NHS Organisation Data Service
RJ6
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £328,000
Section six. Complementary information
six.3) Additional information
This contract has been awarded under the urgent circumstances provision of the Provider Selection Regime (PSR). This contract has been awarded under 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.
This an incumbent provider within the SWL footprint, having taken part in previous campaigns. A delay in national confirmation of funding created an unrealistic timeframe, in which a full procurement process would have left gaps in the provision of vaccines in the upcoming Spring campaign for large numbers of eligible individuals and/or groups. Discussion has taken place with all London ICB Programme Leads and it has been agreed that due to the serious time constraints and ensuring readiness for Spring, a direct award of 12 months to incumbent providers is essential. In addition, there is significant concern on the extent of reduction in Access and Inequalities funding, and with no surge budget this year, that providers will not come forward to support any shorter contract period as it is not financially viable for them. It is recommended that regional approval is provided to issue direct award contracts to existing incumbent providers to enable the commissioning of outreach services for 2025/26.
Award decision makers:
Following a national CEG decision, the London Regional Executive team approved the request for an Outreach Service, Direct Award (12 months) to incumbent providers.
- Regional Director of Finance, NHSE London
- Regional Director of Commissioning, NHSE London
- Director of Commissioning Finance, NHSE London
Approval was also given by:
- Operational Director - Covid-19 and Influenza Vaccination Programmes, NHSE London
- Assistant Director of Delivery, NHSE London
- Vaccine Programme Lead, NHSE London
There were no conflicts of interest identified in the decision making process.
six.4) Procedures for review
six.4.1) Review body
NHS England (London Region)
London
Country
United Kingdom