Tender

Community and School Aged Immunisation Service (CSAIS) in Birmingham and Solihull

  • NHS England

F02: Contract notice

Notice identifier: 2025/S 000-072557

Procurement identifier (OCID): ocds-h6vhtk-059b43

Published 10 November 2025, 4:56pm



Section one: Contracting authority

one.1) Name and addresses

NHS England

Wellington House, 133-135 Waterloo Rd

London

SE1 8UG

Contact

Claire Pickard

Email

claire.pickard@nhs.net

Country

United Kingdom

Region code

UKJ1 - Berkshire, Buckinghamshire and Oxfordshire

Internet address(es)

Main address

https://www.england.nhs.uk/

Buyer's address

https://www.england.nhs.uk/

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

Community and School Aged Immunisation Service (CSAIS) in Birmingham and Solihull

Reference number

AG25015

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Arden and Greater East Midlands Commissioning Support Unit (AGCSU) on behalf of NHS England Midlands (The Commissioner) would like to notify the market of an opportunity to provide a Community and School Aged Immunisation Service (CSAIS) in Birmingham and Solihull.

The service commencement date is 1 September 2026. The contract will be for an initial five-year term with the option to extend for a further two years under a NHS Standard Contract. The contract value is estimated to total £12.7m (including extensions) and a cost uplift factors (CUF) will apply from year one.

Please note, the deadline for responses to the Competitive Process is 12:00PM (Mid-day) on 12th December 2025.

two.1.5) Estimated total value

Value excluding VAT: £12,700,000

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
Main site or place of performance

Birmingham and Solihull

two.2.4) Description of the procurement

The current School Aged Immunisation Service contract expires on 31 August 2026. The service shall follow a national service specification. All details, including the specification has been made available as part of the procurement document suite on the Atamis portal.

School Aged Immunisation Services are required to be delivered predominantly in a school setting and currently covers;
• Human Papillomavirus (HPV)vaccinations
• Diphtheria, Tetanus and Poliomyelitis(Td/IPV) booster
• Meningococcal ACWY (MenACWY) conjugate vaccine
• Measles, Mumps and Rubella (MMR) catch up vaccinations
• School-aged children’s Seasonal Influenza vaccinations

The provider will also deliver a catch-up service for children and young people with any of the above missing vaccinations. It is important to note that vaccination schedules can change and evolve in the light of emerging best practice and scientific evidence and as such additional services may be added during the lifetime of the contract to best deliver the needs of the overall service. The Provider is required to reflect these changes accordingly in a timely way with agreement from the Commissioner. These vaccines form part of the national routine childhood vaccination programme, which aims to prevent school-aged children from developing vaccine preventable childhood diseases that are associated with significant mortality and morbidity. High uptake of vaccinations in this population also helps to protect the wider community through herd immunity.

The provider will also be required to offer a selective neonatal Hepatitis B domiciliary service to deliver Hepatitis B & MMR vaccinations (2nd & 6th) in a home setting, along with a Dried Blood Spot Test for HBsAG to babies born to Hepatitis B Positive mothers registered in Birmingham and Solihull.

The Commissioner expects the Community and School Aged Immunisation Service to be delivered primarily in schools with additional arrangements in place to vaccinate those service users who are not in mainstream education and those with an unknown school and domiciliary services. The Provider must offer the Service to 100% of eligible school-aged children and young people.

Please note the deadline for submissions is 12:00PM(Mid-day) on the 12th December 2025.

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: £12,700,000

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

Start date

1 September 2026

End date

31 August 2033

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: Yes

Description of options

The contract will be for an initial five-year term with the option to extend for a further two 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 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: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-056937

four.2.2) Time limit for receipt of tenders or requests to participate

Date

12 December 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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

12 December 2025

Local time

12:00pm


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 Regulations 2023 do not apply to this award.

The Contracting Authority will be using an eTendering system for this procurement exercise. Further information and the competitive process 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: C394758: COMP: Community & School Aged Immunisation Service in Birmingham & Solihull.

The Basic Selection Questions are Pass/Fail and the award criteria for the Key Criteria Questions are as follows and these will be scored on a 0-5 scoring mechanism;

Key Criteria 1: Quality and Innovation: 23.00%
Key Criteria 2: Value: 20.00%
Key Criteria 3: Integration, Collaboration and Services Sustainability: 25.00%
Key Criteria 4: Improving Access, Reducing Health Inequalities and Facilitating Choice: 22.00%
Key Criteria 5: Social Value: 10.00%

The evaluation stages are as follows;

Stage 1: Preliminary compliance review
Stage 2: Preliminary compliance of the Financial Model Template
Stage 3: Evaluation of the responses to the Basic Selection Questions and Key Criteria Questions
Stage 4a: Moderation of the responses to the Basic Selection and Key Criteria Questions
Stage 4b: Clarification (if required)
Stage 4c: Re-moderation (if required)
Stage 5: Evaluation of Section E – Economic and Financial Standing (Basic Selection Questions)
Stage 6: Provider Notification of Evaluation Outcome.

Neither the publication of this notice nor the employment of any particular terminology nor any other indication shall be taken to mean that the Contracting Authority intends to hold itself bound by any of the Regulations.

Please see published procurement documentation for further details.

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

Internet address

https://www.england.nhs.uk/commissioning/how-commissioning-is-changing/nhs-provider-selection-regime/independent-patient-choice-and-procurement-panel/

six.4.2) Body responsible for mediation procedures

NHS Arden and Greater East Midlands Commissioning Support Unit

Cardinal Square, 10 Nottingham Road

Derby

DE1 3QT

Country

United Kingdom

Internet address

https://www.ardengemcsu.nhs.uk/