Section one: Contracting authority
one.1) Name and addresses
NHS England
7&8 Wellington Place
Leeds
LS1 4AP
Contact
Neelam Saroe
Country
United Kingdom
Region code
UKE - Yorkshire and the Humber
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://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
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
COVID-19 Vaccination Programme Outreach Services - Birmingham & Solihull ICB
Reference number
AG25039
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS England – Midlands (referred to as the Commissioner) is inviting suitably qualified and experienced providers to deliver a COVID-19 Vaccination Programme for Outreach Services for Birmingham & Solihull Integrated Care Board as described in this document and within the published tender.
The service will involve the delivery of outreach services, through mobile units (e.g., roving vaccination vans and where appropriate, through static hubs or clinics. These services will provide Covid-19 vaccinations to the Birmingham & Solihull Integrated Care Board locality , aiming to address health inequalities by increasing uptake in targeted areas and among underserved or vaccine-hesitant communities.
In addition, providers will be expected to adopt a “Making Every Contact Count” (MECC) approach, which includes delivering opportunistic health interventions such as other commissioned vaccinations and general health and wellbeing checks. Where providers are unable to administer certain vaccines directly, they may be required to collaborate with partner organisations to facilitate delivery.
The contractual agreement between the successful potential Provider will be for a maximum of 6 months (up to 31 March 2026). The Service is intended to be provided between 1st October 2025 – 31st March 2026, incorporating the inter-seasonal period from 1 February 2026-31 March 2026.
Please note the deadline for responses to the Competitive Process is 10:00AM on Wednesday 16 July 2025.
two.1.5) Estimated total value
Value excluding VAT: £220,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKG3 - West Midlands
two.2.4) Description of the procurement
NHS England – Midlands is seeking a Provider to manage and coordinate end-to-end delivery of seasonal outreach and in-reach clinics, including ICB-agreed site selection (focused on low uptake and deprived/lower decile IMD populations), system-wide vaccine supply support, outreach staffing, logistics to deliver outreach clinics and sessions, and clinic provision. Must ensure robust and effective governance processes are in place to ensure patient safety and that clinical standards are maintained. Must collaborate with BSOL ICB to ensure site approval, maintain IPC standards, and deliver flexible, fully equipped mobile and static clinics with schedules agreed in advance. Must deliver booking and workforce admin service functions, including workforce management to deliver an estimated 600-1,000 shifts per phase, and ensure system-wide partnership working. Service must be culturally sensitive and responsive to health inequalities, including signposting and onward referral to other services.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £220,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
6
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
16 July 2025
Local time
10:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 8 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
16 July 2025
Local time
10:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
This is a Provider Selection Regime (PSR) Contract 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 Procurement Act 2023 do not apply to this award.
The Contracting Authority will be using an eTendering system for this procurement exercise.
Further information and the ITT documentation can be found via the 'Live Opportunities' list on the e-tendering system at the following link:
https://atamis-1928.my.salesforce-sites.com/?SearchType=Projects
You can also register your interest via this page. You can search for the opportunity by entering the following contract reference: C372781 - COVID-19 Vaccination Programme Outreach Services - Birmingham & Solihull ICB. Please see published procurement documentation for further details.
The Basic Selection Questions are evaluated on a Pass/Fail or For Information only basis. The Key Criteria Questions are evaluated on a 0-5 scoring mechanism described in Document 1, and are weighted as follows:'
Key Criteria 1: Integration, Collaboration and Services Sustainability: 20.00%
Key Criteria 2: Improving Access, Reducing Health Inequalities and Facilitating Choice: 35.00%
Key Criteria 3: Quality and Innovation: 15.00%
Key Criteria 4: Social Value: 10.00%
Key Criteria 5: Value: 20.00%
Only bids which Pass all Basic Selection Criteria Questions shall proceed to be evaluated for the Key Criteria Questions. The service will be awarded to the Provider that passes the Basic Selection Criteria and achieves the highest Key Criteria score with only bids which Pass all the requirements to be scored on Key Criteria.
Please note the deadline for responses to the Competitive Process is 10:00am on Wednesday 16 July 2025.
six.4) Procedures for review
six.4.1) Review body
NHS England Independent Patient Choice and Procurement Panel
London
London
SE1 8UG
Country
United Kingdom