Section one: Contracting authority
one.1) Name and addresses
NHS England
Leeds
LS2 7UE
Country
United Kingdom
Region code
UKI - London
NHS Organisation Data Service
Y56
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.procontract.due.north.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due.north.com
Tenders or requests to participate must be submitted to the above-mentioned address
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
Children and Young People's Community Immunisation Services
Reference number
PRJ1212
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
This is an Opportunity Notice to notify the market of the intention of NHS England (London Region) hereafter referred to as "the Authority" to undertake a procurement for Children and Young People's community Immunisation Service (CYPCIS) in London.
NHS England London Region is looking to commission service providers for the delivery of Section 7A immunisation programmes in London for 5 ICB geographical areas for children and young people between the ages of 0-19 years. The commissioned
service provider for each ICB area will be expected to deliver a range of community and school aged immunisations to those eligible as per the Green Book and JCVI recommendations. The immunisation programmes set within the Section 7A portfolio include:
1. Neonatal BCG immunisation programme (for those at risk of exposure and/or TB infection aged 0-1 year, in line with Green Book recommendations)
2. Seasonal childhood influenza immunisation programme in accordance with the Annual Flu Letter each year
3. Adolescent MenACWY immunisation programme
4. Adolescent School Leaver Booster- Td/IPV (Tetanus, Diphtheria, and Polio)
5. Adolescent HPV immunisation programme
6. Immunisation "catch-up" immunisation opportunities (this includes but not limited to checking immunisation status, and if uncertain or incomplete to administer MMR1/MMR2)
7. Vaccine Preventable Disease outbreak response in education and community settings (0-19 years)
8. Contribute to outreach, through Provider collaboration and support for delivery of immunisations in Primary Care and community settings.
The contract term is for a period of five (5) years with an option for extension of further two (2) years. The total contract value is £108,221,743 . For each of the 5 geographical areas, the prices are:
Lot 1 (NEL) - £27,196,030
Lot 2 (NCL) - £16,592,472
Lot 3 (NWL)- £25,335,232
Lot 4 (SWL)- £18,978,133
Lot 5 (SEL) - £20,119,876
To note, current investment, as described, does not take into account additional tariff based investment for the delivery of the opportunistic (catch-up) immunisation in schools for children and young people presenting with an uncertain or incomplete immunisation status. For these programmes (excluding 1-5 above), the investment is based on a tariff priced at £10.06 per dose of vaccine administered and for the delivery of outbreak response.
The Procurement is being managed by the NHS London Commercial Hub (NHS LCH) hosted by NEL ICB, on behalf of the Authority, in connection with a competitive Invitation to Tender (ITT) exercise that is being conducted via a process, based in part on the open procedure under the Public Contract Regulations 2015 ("the Regulations" (as amended)).
The Service falls within the scope of the Light Touch Regime (LTR) - Section 7 (Reg 74-76) of the Regulations governing procurement of Health, Social and related services listed under Schedule 3 of the Regulations. None of the references to "Open procedure", "ITT", the use of the term "tender process", or any other indication shall be taken to mean that the Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions.
Bidders are also to note that information relating to this procurement is provided in good faith, and may be subject to amendment by The Authority.
Bidders are able to bid for any number or combination of the Lots.
The contract values vary per Lot. See documentation for details.
The procurement documents are available for unrestricted and full direct access, free of charge, at:
................. (Link to proContract)
Additional information can be obtained from the above-mentioned address.
Tenders or requests to participate must be submitted electronically via:
..........(Link to ProContract)
How to apply:
Follow the instructions given in the description or the more information section
two.1.5) Estimated total value
Value excluding VAT: £108,221,743
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
5
Maximum number of lots that may be awarded to one tenderer: 5
two.2) Description
two.2.1) Title
NEL
Lot No
1
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
This is an Opportunity Notice to notify the market of the intention of NHS England (London Region) hereafter referred to as "the Authority" to undertake a procurement for Children and Young People's community Immunisation Service (CYPCIS) in London.
NHS England London Region is looking to commission service providers for the delivery of Section 7A immunisation programmes in London for 5 ICB geographical areas for children and young people between the ages of 0-19 years. The commissioned
service provider for each ICB area will be expected to deliver a range of community and school aged immunisations to those eligible as per the Green Book and JCVI recommendations. The immunisation programmes set within the Section 7A portfolio include:
1. Neonatal BCG immunisation programme (for those at risk of exposure and/or TB infection aged 0-1 year, in line with Green Book recommendations)
2. Seasonal childhood influenza immunisation programme in accordance with the Annual Flu Letter each year
3. Adolescent MenACWY immunisation programme
4. Adolescent School Leaver Booster- Td/IPV (Tetanus, Diphtheria, and Polio)
5. Adolescent HPV immunisation programme
6. Immunisation "catch-up" immunisation opportunities (this includes but not limited to checking immunisation status, and if uncertain or incomplete to administer MMR1/MMR2)
7. Vaccine Preventable Disease outbreak response in education and community settings (0-19 years)
8. Contribute to outreach, through Provider collaboration and support for delivery of immunisations in Primary Care and community settings.
The contract term is for a period of five (5) years with an option for extension of further two (2) years. The total contract value is £108,221,743 . For each of the 5 geographical areas, the prices are:
Lot 1 (NEL) - £27,196,030
Lot 2 (NCL) - £16,592,472
Lot 3 (NWL)- £25,335,232
Lot 4 (SWL)- £18,978,133
Lot 5 (SEL) - £20,119,876
To note, current investment, as described, does not take into account additional tariff based investment for the delivery of the opportunistic (catch-up) immunisation in schools for children and young people presenting with an uncertain or incomplete immunisation status. For these programmes (excluding 1-5 above), the investment is based on a tariff priced at £10.06 per dose of vaccine administered and for the delivery of outbreak response.
The Procurement is being managed by the NHS London Commercial Hub (NHS LCH) hosted by NEL ICB, on behalf of the Authority, in connection with a competitive Invitation to Tender (ITT) exercise that is being conducted via a process, based in part on the open procedure under the Public Contract Regulations 2015 ("the Regulations" (as amended)).
The Service falls within the scope of the Light Touch Regime (LTR) - Section 7 (Reg 74-76) of the Regulations governing procurement of Health, Social and related services listed under Schedule 3 of the Regulations. None of the references to "Open procedure", "ITT", the use of the term "tender process", or any other indication shall be taken to mean that the Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions.
Bidders are also to note that information relating to this procurement is provided in good faith, and may be subject to amendment by The Authority.
Bidders are able to bid for any number or combination of the Lots.
The contract values vary per Lot. See documentation for details.
The procurement documents are available for unrestricted and full direct access, free of charge, at:
................. (Link to proContract)
Additional information can be obtained from the above-mentioned address.
Tenders or requests to participate must be submitted electronically via:
..........(Link to ProContract)
How to apply:
Follow the instructions given in the description or the more information section
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100
Price - Weighting: 0
two.2.6) Estimated value
Value excluding VAT: £27,196,030
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
NCL
Lot No
2
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
This is an Opportunity Notice to notify the market of the intention of NHS England (London Region) hereafter referred to as "the Authority" to undertake a procurement for Children and Young People's community Immunisation Service (CYPCIS) in London.
NHS England London Region is looking to commission service providers for the delivery of Section 7A immunisation programmes in London for 5 ICB geographical areas for children and young people between the ages of 0-19 years. The commissioned
Show less description
service provider for each ICB area will be expected to deliver a range of community and school aged immunisations to those eligible as per the Green Book and JCVI recommendations. The immunisation programmes set within the Section 7A portfolio include:
1. Neonatal BCG immunisation programme (for those at risk of exposure and/or TB infection aged 0-1 year, in line with Green Book recommendations)
2. Seasonal childhood influenza immunisation programme in accordance with the Annual Flu Letter each year
3. Adolescent MenACWY immunisation programme
4. Adolescent School Leaver Booster- Td/IPV (Tetanus, Diphtheria, and Polio)
5. Adolescent HPV immunisation programme
6. Immunisation "catch-up" immunisation opportunities (this includes but not limited to checking immunisation status, and if uncertain or incomplete to administer MMR1/MMR2)
7. Vaccine Preventable Disease outbreak response in education and community settings (0-19 years)
8. Contribute to outreach, through Provider collaboration and support for delivery of immunisations in Primary Care and community settings.
The contract term is for a period of five (5) years with an option for extension of further two (2) years. The total contract value is £108,221,743 . For each of the 5 geographical areas, the prices are:
Lot 1 (NEL) - £27,196,030
Lot 2 (NCL) - £16,592,472
Lot 3 (NWL)- £25,335,232
Lot 4 (SWL)- £18,978,133
Lot 5 (SEL) - £20,119,876
To note, current investment, as described, does not take into account additional tariff based investment for the delivery of the opportunistic (catch-up) immunisation in schools for children and young people presenting with an uncertain or incomplete immunisation status. For these programmes (excluding 1-5 above), the investment is based on a tariff priced at £10.06 per dose of vaccine administered and for the delivery of outbreak response.
The Procurement is being managed by the NHS London Commercial Hub (NHS LCH) hosted by NEL ICB, on behalf of the Authority, in connection with a competitive Invitation to Tender (ITT) exercise that is being conducted via a process, based in part on the open procedure under the Public Contract Regulations 2015 ("the Regulations" (as amended)).
The Service falls within the scope of the Light Touch Regime (LTR) - Section 7 (Reg 74-76) of the Regulations governing procurement of Health, Social and related services listed under Schedule 3 of the Regulations. None of the references to "Open procedure", "ITT", the use of the term "tender process", or any other indication shall be taken to mean that the Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions.
Bidders are also to note that information relating to this procurement is provided in good faith, and may be subject to amendment by The Authority.
Bidders are able to bid for any number or combination of the Lots.
The contract values vary per Lot. See documentation for details.
The procurement documents are available for unrestricted and full direct access, free of charge, at:
................. (Link to proContract)
Additional information can be obtained from the above-mentioned address.
Tenders or requests to participate must be submitted electronically via:
..........(Link to ProContract)
How to apply:
Follow the instructions given in the description or the more information section
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100
Price - Weighting: 0
two.2.6) Estimated value
Value excluding VAT: £16,592,472
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
NWL
Lot No
3
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
This is an Opportunity Notice to notify the market of the intention of NHS England (London Region) hereafter referred to as "the Authority" to undertake a procurement for Children and Young People's community Immunisation Service (CYPCIS) in London.
NHS England London Region is looking to commission service providers for the delivery of Section 7A immunisation programmes in London for 5 ICB geographical areas for children and young people between the ages of 0-19 years. The commissioned
service provider for each ICB area will be expected to deliver a range of community and school aged immunisations to those eligible as per the Green Book and JCVI recommendations. The immunisation programmes set within the Section 7A portfolio include:
1. Neonatal BCG immunisation programme (for those at risk of exposure and/or TB infection aged 0-1 year, in line with Green Book recommendations)
2. Seasonal childhood influenza immunisation programme in accordance with the Annual Flu Letter each year
3. Adolescent MenACWY immunisation programme
4. Adolescent School Leaver Booster- Td/IPV (Tetanus, Diphtheria, and Polio)
5. Adolescent HPV immunisation programme
6. Immunisation "catch-up" immunisation opportunities (this includes but not limited to checking immunisation status, and if uncertain or incomplete to administer MMR1/MMR2)
7. Vaccine Preventable Disease outbreak response in education and community settings (0-19 years)
8. Contribute to outreach, through Provider collaboration and support for delivery of immunisations in Primary Care and community settings.
The contract term is for a period of five (5) years with an option for extension of further two (2) years. The total contract value is £108,221,743 . For each of the 5 geographical areas, the prices are:
Lot 1 (NEL) - £27,196,030
Lot 2 (NCL) - £16,592,472
Lot 3 (NWL)- £25,335,232
Lot 4 (SWL)- £18,978,133
Lot 5 (SEL) - £20,119,876
To note, current investment, as described, does not take into account additional tariff based investment for the delivery of the opportunistic (catch-up) immunisation in schools for children and young people presenting with an uncertain or incomplete immunisation status. For these programmes (excluding 1-5 above), the investment is based on a tariff priced at £10.06 per dose of vaccine administered and for the delivery of outbreak response.
The Procurement is being managed by the NHS London Commercial Hub (NHS LCH) hosted by NEL ICB, on behalf of the Authority, in connection with a competitive Invitation to Tender (ITT) exercise that is being conducted via a process, based in part on the open procedure under the Public Contract Regulations 2015 ("the Regulations" (as amended)).
The Service falls within the scope of the Light Touch Regime (LTR) - Section 7 (Reg 74-76) of the Regulations governing procurement of Health, Social and related services listed under Schedule 3 of the Regulations. None of the references to "Open procedure", "ITT", the use of the term "tender process", or any other indication shall be taken to mean that the Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions.
Bidders are also to note that information relating to this procurement is provided in good faith, and may be subject to amendment by The Authority.
Bidders are able to bid for any number or combination of the Lots.
The contract values vary per Lot. See documentation for details.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100
Price - Weighting: 0
two.2.6) Estimated value
Value excluding VAT: £25,335,232
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
SWL
Lot No
4
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
This is an Opportunity Notice to notify the market of the intention of NHS England (London Region) hereafter referred to as "the Authority" to undertake a procurement for Children and Young People's community Immunisation Service (CYPCIS) in London.
NHS England London Region is looking to commission service providers for the delivery of Section 7A immunisation programmes in London for 5 ICB geographical areas for children and young people between the ages of 0-19 years. The commissioned
service provider for each ICB area will be expected to deliver a range of community and school aged immunisations to those eligible as per the Green Book and JCVI recommendations. The immunisation programmes set within the Section 7A portfolio include:
1. Neonatal BCG immunisation programme (for those at risk of exposure and/or TB infection aged 0-1 year, in line with Green Book recommendations)
2. Seasonal childhood influenza immunisation programme in accordance with the Annual Flu Letter each year
3. Adolescent MenACWY immunisation programme
4. Adolescent School Leaver Booster- Td/IPV (Tetanus, Diphtheria, and Polio)
5. Adolescent HPV immunisation programme
6. Immunisation "catch-up" immunisation opportunities (this includes but not limited to checking immunisation status, and if uncertain or incomplete to administer MMR1/MMR2)
7. Vaccine Preventable Disease outbreak response in education and community settings (0-19 years)
8. Contribute to outreach, through Provider collaboration and support for delivery of immunisations in Primary Care and community settings.
The contract term is for a period of five (5) years with an option for extension of further two (2) years. The total contract value is £108,221,743 . For each of the 5 geographical areas, the prices are:
Lot 1 (NEL) - £27,196,030
Lot 2 (NCL) - £16,592,472
Lot 3 (NWL)- £25,335,232
Lot 4 (SWL)- £18,978,133
Lot 5 (SEL) - £20,119,876
To note, current investment, as described, does not take into account additional tariff based investment for the delivery of the opportunistic (catch-up) immunisation in schools for children and young people presenting with an uncertain or incomplete immunisation status. For these programmes (excluding 1-5 above), the investment is based on a tariff priced at £10.06 per dose of vaccine administered and for the delivery of outbreak response.
The Procurement is being managed by the NHS London Commercial Hub (NHS LCH) hosted by NEL ICB, on behalf of the Authority, in connection with a competitive Invitation to Tender (ITT) exercise that is being conducted via a process, based in part on the open procedure under the Public Contract Regulations 2015 ("the Regulations" (as amended)).
The Service falls within the scope of the Light Touch Regime (LTR) - Section 7 (Reg 74-76) of the Regulations governing procurement of Health, Social and related services listed under Schedule 3 of the Regulations. None of the references to "Open procedure", "ITT", the use of the term "tender process", or any other indication shall be taken to mean that the Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions.
Bidders are also to note that information relating to this procurement is provided in good faith, and may be subject to amendment by The Authority.
Bidders are able to bid for any number or combination of the Lots.
The contract values vary per Lot. See documentation for details.
The procurement documents are available for unrestricted and full direct access, free of charge, at:
................. (Link to proContract)
Additional information can be obtained from the above-mentioned address.
Tenders or requests to participate must be submitted electronically via:
..........(Link to ProContract)
How to apply:
Follow the instructions given in the description or the more information section
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100
Price - Weighting: 0
two.2.6) Estimated value
Value excluding VAT: £18,978,133
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
SEL
Lot No
5
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
This is an Opportunity Notice to notify the market of the intention of NHS England (London Region) hereafter referred to as "the Authority" to undertake a procurement for Children and Young People's community Immunisation Service (CYPCIS) in London.
NHS England London Region is looking to commission service providers for the delivery of Section 7A immunisation programmes in London for 5 ICB geographical areas for children and young people between the ages of 0-19 years. The commissioned
Show less description
service provider for each ICB area will be expected to deliver a range of community and school aged immunisations to those eligible as per the Green Book and JCVI recommendations. The immunisation programmes set within the Section 7A portfolio include:
1. Neonatal BCG immunisation programme (for those at risk of exposure and/or TB infection aged 0-1 year, in line with Green Book recommendations)
2. Seasonal childhood influenza immunisation programme in accordance with the Annual Flu Letter each year
3. Adolescent MenACWY immunisation programme
4. Adolescent School Leaver Booster- Td/IPV (Tetanus, Diphtheria, and Polio)
5. Adolescent HPV immunisation programme
6. Immunisation "catch-up" immunisation opportunities (this includes but not limited to checking immunisation status, and if uncertain or incomplete to administer MMR1/MMR2)
7. Vaccine Preventable Disease outbreak response in education and community settings (0-19 years)
8. Contribute to outreach, through Provider collaboration and support for delivery of immunisations in Primary Care and community settings.
The contract term is for a period of five (5) years with an option for extension of further two (2) years. The total contract value is £108,221,743 . For each of the 5 geographical areas, the prices are:
Lot 1 (NEL) - £27,196,030
Lot 2 (NCL) - £16,592,472
Lot 3 (NWL)- £25,335,232
Lot 4 (SWL)- £18,978,133
Lot 5 (SEL) - £20,119,876
To note, current investment, as described, does not take into account additional tariff based investment for the delivery of the opportunistic (catch-up) immunisation in schools for children and young people presenting with an uncertain or incomplete immunisation status. For these programmes (excluding 1-5 above), the investment is based on a tariff priced at £10.06 per dose of vaccine administered and for the delivery of outbreak response.
The Procurement is being managed by the NHS London Commercial Hub (NHS LCH) hosted by NEL ICB, on behalf of the Authority, in connection with a competitive Invitation to Tender (ITT) exercise that is being conducted via a process, based in part on the open procedure under the Public Contract Regulations 2015 ("the Regulations" (as amended)).
The Service falls within the scope of the Light Touch Regime (LTR) - Section 7 (Reg 74-76) of the Regulations governing procurement of Health, Social and related services listed under Schedule 3 of the Regulations. None of the references to "Open procedure", "ITT", the use of the term "tender process", or any other indication shall be taken to mean that the Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions.
Bidders are also to note that information relating to this procurement is provided in good faith, and may be subject to amendment by The Authority.
Bidders are able to bid for any number or combination of the Lots.
The contract values vary per Lot. See documentation for details.
The procurement documents are available for unrestricted and full direct access, free of charge, at:
................. (Link to proContract)
Additional information can be obtained from the above-mentioned address.
Tenders or requests to participate must be submitted electronically via:
..........(Link to ProContract)
How to apply:
Follow the instructions given in the description or the more information section
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100
Price - Weighting: 0
two.2.6) Estimated value
Value excluding VAT: £20,119,876
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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.2.2) Time limit for receipt of tenders or requests to participate
Date
29 September 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
30 September 2023
Local time
9:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
NHS England
London
Country
United Kingdom