Section one: Contracting authority
one.1) Name and addresses
NHS England
7&8 Wellington Place
Leeds
LS1 4AP
Contact
Leigh Parker
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
National or federal Agency/Office
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
COVID-19 Vaccination Programme - Fixed Sites - East of England
Reference number
C323861
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
Covid 19 Vaccinations Fixed Sites services in the East of England, covering different areas over 8 Lots.
The postcodes are divided into Lots, each Lot will represent one or more post codes. Within each Lot, more than one contracts may be awarded depending on the capacity that Potential Suppliers are able to offer and the level of capacity required for that Lot.
The number of vaccines to be delivered will be determined by patient choice where suppliers will be paid £7.54 per vaccine given.
two.1.5) Estimated total value
Value excluding VAT: £7.54
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85323000 - Community health services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Suppliers to provide community based Covid 19 vaccinations for the postcodes referenced below within the East of England region:
Lot 1 – BLMK ICB
MK44 3HX, MK43 7DX, MK41 GA, MK44 1PZ, LU2 9AU, LU2 9SB, LU2 9AU, LU3 1HA, LU1 1RW, LU4 9QZ, LU3 1RJ, LU4 8DG, LU3 3AH, LU4 9FJ, LU1 1HH, LU3 4AD, LU1 1BW, LU3 2NS, LU1 3UA, LU3 1RW, LU1 3AG, LU1 2SE, LU4 8BY, LU4 0PF, LU4 8BY, LU3 1BD, LU3 2JG
Lot 2 – C&P
SG8 6, SG8 8, SG8 7, SG8 9, CB10 1, CB10 2, CB11 4, CB21 4, CB21 5, CB21 6, CB22 3, CB22 4, CB22 5, CB1 8, CB2 0, CB2 8, CB8 0, CB8 9, CB9 9 CB9 7, CB1 1, CB1 2, CB1 3, CB1 7, CB1 8, CB1 9, CB2 0, CB2 1, CB2 7, CB2 8, CB2 9, CB3 0, CB3 9, CB4 0, CB4 1, CB4 2, CB4 3, CB5 8, CB21 5, CB22 3, CB22 5, CB23 1 CB23 7, CB1 1, CB1 2, CB1 3, CB1 7, CB1 8, CB1 9, CB2 0, CB2 1, CB2 3, CB2 7, CB2 8, CB2 9, CB3 0, CB3 9, CB4 1, CB4 2, CB4 3, CB5 8, CB21 5, CB22 3, CB22 5, CB24 6, CB24 9, CB25 0, CB25 9, CB6 3, CB23 4, CB23 8, CB24 3, CB24 4, CB24 5, CB24 6, CB24 8, CB24 9, CB25 9, PE27 5, PE28 9, PE6 0, PE12 0, PE12 9, PE13 1, PE13 2, PE13 4, PE13 5,, PE14 0, PE14 7, PE14 8, PE14 9, PE34 3, PE34 4, PE34 4, PE38 0, CB23 4, CB24 4, PE26 2, PE27 3, PE27 4, PE27 5, PE27 6, PE28 2, PE28 3, PE28 9, PE1 1,PE1 2, PE1 3, PE1 4, PE1 5, PE1 9, PE2 5, PE2 7, PE2 8, CB1 1, CB1 2, CB1 3, CB1 7, CB1 8, CB1 9, CB2 0, CB2 1, CB2 3, CB2 7, CB2 8, CB2 9, CB3 0, CB3 9, CB4 1, CB4 2, CB4 3, CB5 8, CB22 5, CB23 7, CB1 1, CB1 2, CB1 3, CB1 7, CB1 8, CB1 9, CB2 0, CB2 1, CB2 3, CB2 7, CB2 8, CB2 9, CB3 0, CB3 9, CB4 0, CB4 1, CB4 2, CB4 3, CB5 8, CB22 3, CB23 7, CB23 8, CB24 3, CB24 6, CB24 9, PE1 1, PE1 2 PE1 3, PE1 4, PE1 5, PE1 9, PE2 5, PE2 6, PE2 7, PE2 8, PE2 9, PE3 6, PE3 7, PE3 8, PE3 9, PE4 5, PE4 6, PE4 7, PE5 7, PE6 7, PE7 0, PE7 3, PE7 8, CB3 0, CB22 4, CB22 5, CB22 6, CB22 7, CB23 1, CB23 2, CB23 3, CB23 5, CB23 6, CB23 7, CB23 8, SG8 5, SG8 6, SG8 7, SG8 8, SG8 9, CB6 2, CB6 3, PE15 0, PE15 9, PE16 6, PE26 1, PE26 2, PE2 5, PE2 6, PE2 7, PE2 8, PE2 9, PE3 6, PE5 7, PE7 0, PE7 1, PE7 2, PE7 3, PE7 8, PE8 5, PE8 6, PE9 3, PE13 4, PE15 0, PE26 2, PE28 5, NN17 3, PE19 1, PE19 2, PE19 5, PE19 6, PE19 7, PE19 8, PE28 0, PE28 4, CB23 3, SG19 2, SG19 3, MK44 1, MK44 2, MK44 3, NN9 6, CB6 2, CB6 3, CB7 5, CB8 7, PE28 3, CB25 0, IP28 8, CB6 1, CB6 2, CB6 3, CB7 4, CB7 5, PE14 9, PE28 3, PE38 0, PE1 1, PE1 2, PE1 3, PE1 4, PE1 5, PE2 5, PE2 6, PE2 7, PE2 8, PE2 9 PE3 6 PE3 7 PE3 8 PE4 5 PE4 6, PE4 7, PE5 7 PE6 0, PE6 7, PE6 9, PE7 0, PE7 3, PE7 8, PE8 6, PE9 2, PE9 3, PE9 4, PE12 0, CB23 4, PE19 5, PE19 6 PE27 3, PE27 5, PE27 6,, PE28 2, PE28 3, PE28 4, PE28 9, PE29 1, PE29 2, PE29 3, PE29 6, PE29 7,
Lot 3 – HWE a
EN6, EN7, EN8, EN10, WD17, WD18
Lot 4 – HWE b
AL1, AL2, HP2, HP3, WD19, WD4
Lot 5 – MSE a
Housebound cohort:
SS0, SS1, SS2, SS3, SS4, SS5, SS6, SS7, SS9, CM1, CM2, CM3, CM6, CM7, CM8, CM13, CM14, CO5, CO6, CO8, CO9,
Care homes:
SSO – 2 homes
SS1 – 5 homes
SS2 – 6 homes
SS7 – 7 homes
CM1 – 6 homes
CM7 – 1 home
CO5 – 2 homes
CO6 – 3 homes
CO9 – 7 homes
LOT 6: MSE b
CM7 4AZ (Asylum Site), SS2 6BB (Special Allocation Service), CM1 1PP (Asylum Site)
Lot 7 – N&W
PE30, PE31, PE32, PE33, PE34, PE36
Lot 8 – SNEE
CO15 1, CO11 1, CO5 0, CO13 0, CO6 1, CO2 0, CO12 3
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: £7.54
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
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 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
6 January 2025
Local time
12:00pm
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
5 December 2024
Local time
3:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
High Court
The Strand
London
WC2A 2LL
Country
United Kingdom