Contract

Covid Vaccination Program - Covid Outreach Service for the North East and Yorkshire

  • NHS England - North East and Yorkshire

F20: Modification notice

Notice identifier: 2025/S 000-054443

Procurement identifier (OCID): ocds-h6vhtk-050d13

Published 5 September 2025, 5:24pm



Section one: Contracting authority/entity

one.1) Name and addresses

NHS England - North East and Yorkshire

John Snow House

Durham

DH13YG

Email

NECSU.neprocurement@nhs.net

Country

United Kingdom

Region code

UKC - North East (England)

NHS Organisation Data Service

Q74

Internet address(es)

Main address

https://www.england.nhs.uk/north-east-yorkshire/


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Covid Vaccination Program - Covid Outreach Service for the North East and Yorkshire

Reference number

NECS574

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.2) Description

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
Main site or place of performance

North East and Yorkshire

two.2.4) Description of the procurement at the time of conclusion of the contract:

This is an INTENTION TO AWARD Notice following The Health Care Services (Provider Selection Regime) Regulations 2023 - Competitive Process.

North of England Commissioning Support (NECS) is a commissioning support service working for and on behalf of NHS England North East and Yorkshire (the Relevant Authority) who have are undertaken a competition process to provide Covid Vaccination Program - Covid Outreach Service - NECS574.

Contract Start: 01 October 2025

Contract End: 31 March 2026

The contract term is for an initial period of 6 months commencing on 01 October 2025, with an option to extend for a further 12 months at the discretion of the Relevant Authority and subject to satisfactory contractual and financial performance.

two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession

Start date

1 October 2025


Section four. Procedure

four.2) Administrative information

four.2.1) Contract award notice concerning this contract

Notice number: 2025/S 000-041249


Section five. Award of contract/concession

Contract No

2025/S 000-018204

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract/concession award decision:

5 September 2025

five.2.2) Information about tenders

The contract/concession has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

Non- Award - See section VII

North East and Yorkshire

Email

NECSU.neprocurement@nhs.net

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Justification for not providing organisation identifier

Not on any register

The contractor/concessionaire is an SME

No

five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)

Total value of the procurement: £500


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

NHS England - North East and Yorkshire Yorkshire

North East and Yorkshire Yorkshire

Country

United Kingdom


Section seven: Modifications to the contract/concession

seven.1) Description of the procurement after the modifications

seven.1.1) Main CPV code

  • 85100000 - Health services

seven.1.2) Additional CPV code(s)

  • 85100000 - Health services

seven.1.3) Place of performance

NUTS code
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

seven.1.4) Description of the procurement:

The service provides an outreach programme to deliver Covid-19 vaccinations to hard-to-reach patient cohorts. This includes but is not limited to delivery of of vaccinations across the geography and temporary pop-up sites such as community centres, church halls etc to increase access to services. The outreach programme is flexible and delivered in collaboration with the relevant authority dependant on local need and identified gaps in service during each Covid vaccination campaign.

seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Start date

1 October 2025

seven.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession:

£500

seven.1.7) Name and address of the contractor/concessionaire

See VII.2.1 Description of the modifications

North East and Yorkshire

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Justification for not providing organisation identifier

Not on any register

The contractor/concessionaire is an SME

No

seven.2) Information about modifications

seven.2.1) Description of the modifications

Nature and extent of the modifications (with indication of possible earlier changes to the contract):

Following F03 Contract award Notice (Intention to award) the preferred service providers for Lot 1 to Lot 11 indicated that they did not wish to proceed to contract award.

See section V- award of contract - F03: Contract award notice

Notice identifier: 2025/S 000-041249 for the published providers.

Therefore, in accordance with the process outlined in the Invitation to Tender (ITT), The Commissioner reserves the right to award a Contract to any other Potential Supplier who is the next available highest scoring, complaint tender, whose Tender meets the required evaluation standards in the event that the Contract cannot be entered into with the Preferred Service Provider. The Commissioner shall do so in order of the evaluated total weighted score, by seeking to award the Contract to the highest scoring Potential Supplier first.

Please see F03- Contract Notice reference: 2025/S 000-054440 for details for the next available highest scoring, complaint tender whose Tender meets the required evaluation standards for each Lot (1-11) .

seven.2.2) Reasons for modification

Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee.

Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:

Following F03 Contract award Notice (Intention to award) the preferred service providers for Lot 1 to Lot 11 indicated that they did not wish to proceed to contract award.

See section V- award of contract - F03: Contract award notice

Notice identifier: 2025/S 000-041249 for the published providers.

Therefore, in accordance with the process outlined in the Invitation to Tender (ITT), The Commissioner reserves the right to award a Contract to any other Potential Supplier who is the next available highest scoring, complaint tender, whose Tender meets the required evaluation standards in the event that the Contract cannot be entered into with the Preferred Service Provider. The Commissioner shall do so in order of the evaluated total weighted score, by seeking to award the Contract to the highest scoring Potential Supplier first.

Please see F03- Contract Notice reference: 2025/S 000-054440 for details for the next available highest scoring, complaint tender whose Tender meets the required evaluation standards for each Lot (1-11) .

seven.2.3) Increase in price

Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)

Value excluding VAT: £500

Total contract value after the modifications

Value excluding VAT: £500