Section one: Contracting authority
one.1) Name and addresses
NHS England
7&8 Wellington Place
Leeds
LS1 4AP
Contact
Craig Stephens
Country
United Kingdom
Region code
UKE - Yorkshire and the Humber
Internet address(es)
Main address
Buyer's 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
Community & School Aged Immunisation Services (CSAIS) on behalf of NHSE (East of England)
Reference number
AG23507
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Arden & Greater East Midlands Commissioning Support Unit on behalf of NHS England (East of England) would like to notify the market of its intent to award a contract for the provision of Community & School Aged Immunisation Services (CSAIS) to Hertfordshire Community NHS Trust following a single stage Competitive Process.
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: £129,488,545
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKH - East of England
Main site or place of performance
East of England covering Essex, East Anglia, Hertfordshire, Bedfordshire, Luton, Milton Keynes.
two.2.4) Description of the procurement
NHS Arden & Greater East Midlands Commissioning Support Unit on behalf of NHS England (East of England) would like to notify the market of its intent to award a contract for the provision of Community & School Aged Immunisation Services (CSAIS) to Hertfordshire Community NHS Trust following a single stage Competitive Process.
This service is for contracted period of 4 years initial term with an extension period of up to 4 years (in instalments of 12 months or more at the discretion of the Commissioner).
The service commencement date is 1st September 2025 and will run until 31st August 2029 (with an option for the Commissioner to extend until 31st August 2033)
The lifetime value of the contract is £129,488,545.
This is for an existing service and has been awarded to an existing provider.
two.2.5) Award criteria
Quality criterion - Name: Quality & Innovation / Weighting: 10
Quality criterion - Name: Integration, Collaboration and Service Sustainability / Weighting: 48
Quality criterion - Name: Improving Access, Reducing Health Inequalities and Facilitating Choice / Weighting: 14
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Value / Weighting: 18
two.2.11) Information about options
Options: Yes
Description of options
The contract is expected to commence on 1st September 2025 for a period of 4 years with an option to extend for up to a further 4 years (in instalments of 12 months or more at the discretion of the Commissioner) (total contract duration 8 years).
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 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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-022401
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 November 2024
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Hertfordshire NHS Community Trust
1A Howard Court, 14 Tewin Road
Welwyn Garden City
AL7 1BW
Telephone
+44 1707388000
Country
United Kingdom
NUTS code
- UKH23 - Hertfordshire
National registration number
979288
Internet address
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: £129,488,545
Total value of the contract/lot: £129,488,545
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 35 %
Short description of the part of the contract to be subcontracted
Hertfordshire Community NHS Trust as the Prime Contractor, with Vaccination UK as a sub-contractor. Vaccination UK will deliver flu vaccines in all areas of the contract, excluding SEND flu. HCT will deliver all other elements of the contract. As the organisation delivering flu vaccinations, Vaccination UK will be responsible for c. 35% of the total contract value.
Section six. Complementary information
six.3) Additional information
This is a Provider Selection Regime (PSR) intention to award notice. The awarding of these contracts are 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 standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by 12:00 (midnight) 5th December 2024. 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 need to be sent to the following email address: craig.stephens@nhs.net
The award decision makers are Public Health Oversight Group (PHOG) and Regional Commissioning Committee (RCC).
There was 1 conflict of interest declared, this was assessed by the procurement process panel and the decision was taken to remove the evaluator from the panel and they did not partake in any evaluation.
The Key Criteria were weighted as follows;
• Quality & Innovation (10%)
• Value (18%)
• Integration, Collaboration and Service Sustainability (48%)
• Improving Access, Reducing Health Inequalities and Facilitating Choice (14%)
• Social Value (10%)
The weightings for the 5 key criteria were determined by the procurement panel to give appropriate relative importance to each of the sections in line with the commissioning expectations for the service. The criteria were weighted and prioritised based on the needs of the service.
The successful provider scored highest overall against the published criteria.
six.4) Procedures for review
six.4.1) Review body
NHS England
7-8 Wellington Place
Leeds
LS1 4AP
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
NHS Arden and GEM CSU
St John's House, East Street
Leicester
LE1 6NB
Country
United Kingdom
Internet address
https://www.ardengemcsu.nhs.uk/
six.4.4) Service from which information about the review procedure may be obtained
NHS Arden and GEM CSU
St John's House, East Street
Leicester
LE1 6NB
Country
United Kingdom