Contract

NHSE - SWL Provision of Covid-19 Vaccination Services

  • NHS England (London Region)

F03: Contract award notice

Notice identifier: 2025/S 000-013956

Procurement identifier (OCID): ocds-h6vhtk-04ffa0

Published 9 April 2025, 1:16pm



Section one: Contracting authority

one.1) Name and addresses

NHS England (London Region)

Wellington House, 133-135 Waterloo Road

London

SE1 8UG

Email

hub.queries@nhs.net

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