Section one: Contracting authority/entity
one.1) Name and addresses
NHS England - North East and Yorkshire
John Snow House
Durham
DH13YG
Country
United Kingdom
Region code
UKC - North East (England)
NHS Organisation Data Service
Q74
Internet address(es)
Main address
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
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