Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Local Vaccination Outreach Programme - South West

  • First published: 09 January 2026
  • Last modified: 09 January 2026
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
NHS England
Authority ID:
AA20005
Publication date:
09 January 2026
Deadline date:
12 February 2026
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

NHS England South West (the Commissioner) is seeking to secure Provider(s) who have the capability and capacity to deliver Local vaccination Outreach services, in line with the specified requirements. The outreach services will identify and address disparities in uptake of vaccinations. The service will support mitigation of gaps in core commissioned services and response to outbreaks where needed. The service will be delivered by taking a proactive approach to managing population health and inequalities.

The outreach service will provide a versatile response to identified need and collaborate with existing providers of vaccinations in the geography to support addressing vaccination gaps and to compliment, not duplicate, existing commissioned vaccination services. Delivering all aged vaccinations and actively seeking those individuals and population groups with low vaccine uptake, coverage and are less likely to access core vaccination services.

The tailored outreach vaccination service will run in parallel to an inclusive core delivery approach.

We encourage bidders to explore opportunities for collaboration where this can deliver enhanced value and efficiency. Working together can help optimise resources, share expertise, and reduce duplication, ultimately benefiting service delivery and outcomes. Collaborative approaches may include forming consortium, subcontracting arrangements, or strategic partnerships that leverage complementary strengths. Bidders should clearly outline any proposed collaborative models within their submission, demonstrating how these arrangements will maintain accountability and deliver high-quality services.

Where bidders are successful in securing more than one Lot, we expect them to optimise the use of non-delivery resources such as management, administration, and support functions. This approach should minimise overheads, avoid unnecessary duplication, and ensure that efficiencies are realised across all awarded Lots.

This procurement covers 7 lots across the South West:

Lot 1 - Bristol, North Somerset, and South Gloucestershire (BNSSG)

Lot 2 - Bath and North East Somerset, Swindon and Wiltshire (BSW)

Lot 3 - Cornwall and Isles of Scilly

Lot 4 - Devon

Lot 5 - Dorset

Lot 6 - Gloucestershire

Lot 7 - Somerset

The contract duration is 3 years (36 months) with an optional extension of 12 months. Services are due to commence on 1st September 2026 with the first 3 year period ending 31st August 2029.

TUPE is likely to apply.

The maximum contract values for each lot per annum is as follows:

Lot 1 - BNSSG - £350,325

Lot 2 - BSW- £256,299

Lot 3 - Cornwall - £340,548

Lot 4 - Devon - £407,284

Lot 5 - Dorset - £244,443

Lot 6 - Gloucestershire - £167,831

Lot 7 - Somerset - £233,270

The Commissioner has a maximum financial envelope across all 7 Lots of £2,000,000 per annum, including VAT. The total maximum contract value across all 7 Lots for the duration excluding extensions is £6,000,000 including VAT.

Interested parties who wish to take part in the procurement are invited to take part in an Invitation to Tender (ITT) process, based on the competitive (open) procedure and designed to identify the most economically advantageous tender.

All ITT responses must be submitted via the identified eProcurement system by 12 noon on 12th February 2026, at the latest.

This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS England

Wellington House, 133-155 Waterloo Rd

London

SE1 8UG

UK

E-mail: Scwcsu.procurement@nhs.net

NUTS: UKI

Internet address(es)

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

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://health-family.force.com/s/Welcome


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://health-family.force.com/s/Welcome


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Local Vaccination Outreach Programme - South West

Reference number: C404638

II.1.2) Main CPV code

85100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

NHS England South West (the Commissioner) is seeking to secure Provider(s) who have the capability and capacity to deliver Local vaccination Outreach services, in line with the specified requirements. The outreach services will identify and address disparities in uptake of vaccinations. The service will support mitigation of gaps in core commissioned services and response to outbreaks where needed. The service will be delivered by taking a proactive approach to managing population health and inequalities.

The outreach service will provide a versatile response to identified need and collaborate with existing providers of vaccinations in the geography to support addressing vaccination gaps and to compliment, not duplicate, existing commissioned vaccination services. Delivering all aged vaccinations and actively seeking those individuals and population groups with low vaccine uptake, coverage and are less likely to access core vaccination services.

The tailored outreach vaccination service will run in parallel to an inclusive core delivery approach.

We encourage bidders to explore opportunities for collaboration where this can deliver enhanced value and efficiency. Working together can help optimise resources, share expertise, and reduce duplication, ultimately benefiting service delivery and outcomes. Collaborative approaches may include forming consortium, subcontracting arrangements, or strategic partnerships that leverage complementary strengths. Bidders should clearly outline any proposed collaborative models within their submission, demonstrating how these arrangements will maintain accountability and deliver high-quality services.

Where bidders are successful in securing more than one Lot, we expect them to optimise the use of non-delivery resources such as management, administration, and support functions. This approach should minimise overheads, avoid unnecessary duplication, and ensure that efficiencies are realised across all awarded Lots.

This procurement covers 7 lots across the South West:

Lot 1 - Bristol, North Somerset, and South Gloucestershire (BNSSG)

Lot 2 - Bath and North East Somerset, Swindon and Wiltshire (BSW)

Lot 3 - Cornwall and Isles of Scilly

Lot 4 - Devon

Lot 5 - Dorset

Lot 6 - Gloucestershire

Lot 7 - Somerset

The contract duration is 3 years (36 months) with an optional extension of 12 months. Services are due to commence on 1st September 2026 with the first 3 year period ending 31st August 2029.

TUPE is likely to apply.

The maximum contract values for each lot per annum is as follows:

Lot 1 - BNSSG - £350,325

Lot 2 - BSW- £256,299

Lot 3 - Cornwall - £340,548

Lot 4 - Devon - £407,284

Lot 5 - Dorset - £244,443

Lot 6 - Gloucestershire - £167,831

Lot 7 - Somerset - £233,270

The Commissioner has a maximum financial envelope across all 7 Lots of £2,000,000 per annum, including VAT. The total maximum contract value across all 7 Lots for the duration excluding extensions is £6,000,000 including VAT.

Interested parties who wish to take part in the procurement are invited to take part in an Invitation to Tender (ITT) process, based on the competitive (open) procedure and designed to identify the most economically advantageous tender.

All ITT responses must be submitted via the identified eProcurement system by 12 noon on 12th February 2026, at the latest.

This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.

II.1.5) Estimated total value

Value excluding VAT: 6 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Bristol, North Somerset, and South Gloucestershire

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKK

II.2.4) Description of the procurement

Lot 1 covers Bristol, North Somerset, and South Gloucestershire (BNSSG)

The contract duration is 3 years (36 months) with an optional extension of 12 months. Services are due to commence on 1st September 2026 with the first 3 year period ending 31st August 2029.

The maximum contract values for this lot per annum is £350,325. The total contract value over the initial 3 year duration is £1,050,975 including VAT.

Interested parties who wish to take part in the procurement are invited to take part in an Invitation to Tender (ITT) process, based on the competitive (open) procedure and designed to identify the most economically advantageous tender and therefore determine the incoming provider.

All ITT responses must be returned by 12 noon on 12th February 2026, at the latest.

This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality & Innovation / Weighting: 20%

Quality criterion: Integration, collaboration and service sustainability / Weighting: 30%

Quality criterion: Improving access, reducing health inequalities, and facilitating choice / Weighting: 35%

Quality criterion: Social Value / Weighting: 10%

Cost criterion: Value / Weighting: 5%

II.2.6) Estimated value

Value excluding VAT: 1 050 975.00  GBP

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

Start: 01/09/2026

End: 31/08/2029

This contract is subject to renewal: Yes

Description of renewals:

Subject to renewal at the end of the initial term/optional extension period.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The contract will be for an initial 3 year period, with the option to extend for a further 12 months.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Bath and North East Somerset, Swindon and Wiltshire

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKK1

II.2.4) Description of the procurement

Lot 2 covers Bath and North East Somerset, Swindon and Wiltshire (BSW).

The contract duration is 3 years (36 months) with an optional extension of 12 months. Services are due to commence on 1st September 2026 with the first 3 year period ending 31st August 2029.

The maximum contract values for this lot per annum is £256,299. The total contract value over the initial 3 year duration is £768,897 including VAT.

Interested parties who wish to take part in the procurement are invited to take part in an Invitation to Tender (ITT) process, based on the competitive (open) procedure and designed to identify the most economically advantageous tender and therefore determine the incoming provider.

All ITT responses must be returned by 12 noon on 12th February 2026, at the latest.

This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality & Innovation / Weighting: 20%

Quality criterion: Integration, collaboration and service sustainability / Weighting: 30%

Quality criterion: Improving access, reducing health inequalities, and facilitating choice / Weighting: 35%

Quality criterion: Social Value / Weighting: 10%

Cost criterion: Value / Weighting: 5%

II.2.6) Estimated value

Value excluding VAT: 768 897.00  GBP

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

Start: 01/09/2026

End: 31/08/2029

This contract is subject to renewal: Yes

Description of renewals:

Subject to renewal at the end of the initial term/optional extension period.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The contract will be for an initial 3 year period, with the option to extend for a further 12 months.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Cornwall and Isles of Scilly

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKK3

II.2.4) Description of the procurement

Lot 3 covers Cornwall and Isles of Scilly.

The contract duration is 3 years (36 months) with an optional extension of 12 months. Services are due to commence on 1st September 2026 with the first 3 year period ending 31st August 2029.

The maximum contract values for this lot per annum is £340,548. The total contract value over the initial 3 year duration is £1,021,644 including VAT.

Interested parties who wish to take part in the procurement are invited to take part in an Invitation to Tender (ITT) process, based on the competitive (open) procedure and designed to identify the most economically advantageous tender and therefore determine the incoming provider.

All ITT responses must be returned by 12 noon on 12th February 2026, at the latest.

This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality & Innovation / Weighting: 20%

Quality criterion: Integration, collaboration and service sustainability / Weighting: 30%

Quality criterion: Improving access, reducing health inequalities, and facilitating choice / Weighting: 35%

Quality criterion: Social Value / Weighting: 10%

Cost criterion: Value / Weighting: 5%

II.2.6) Estimated value

Value excluding VAT: 1 021 644.00  GBP

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

Start: 01/09/2026

End: 31/08/2029

This contract is subject to renewal: Yes

Description of renewals:

Subject to renewal at the end of the initial term/optional extension period.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The contract will be for an initial 3 year period, with the option to extend for a further 12 months.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

Devon

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKK4

II.2.4) Description of the procurement

Lot 4 covers Devon.

The contract duration is 3 years (36 months) with an optional extension of 12 months. Services are due to commence on 1st September 2026 with the first 3 year period ending 31st August 2029.

The maximum contract values for this lot per annum is £407,284. The total contract value over the initial 3 year duration is £1,221,852 including VAT.

Interested parties who wish to take part in the procurement are invited to take part in an Invitation to Tender (ITT) process, based on the competitive (open) procedure and designed to identify the most economically advantageous tender and therefore determine the incoming provider.

All ITT responses must be returned by 12 noon on 12th February 2026, at the latest.

This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality & Innovation / Weighting: 20%

Quality criterion: Integration, collaboration and service sustainability / Weighting: 30%

Quality criterion: Improving access, reducing health inequalities, and facilitating choice / Weighting: 35%

Quality criterion: Social Value / Weighting: 10%

Cost criterion: Value / Weighting: 5%

II.2.6) Estimated value

Value excluding VAT: 1 221 852.00  GBP

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

Start: 01/09/2026

End: 31/08/2029

This contract is subject to renewal: Yes

Description of renewals:

Subject to renewal at the end of the initial term/optional extension period.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The contract will be for an initial 3 year period, with the option to extend for a further 12 months.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 5

II.2.1) Title

Dorset

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKK25

II.2.4) Description of the procurement

Lot 5 covers Dorset.

The contract duration is 3 years (36 months) with an optional extension of 12 months. Services are due to commence on 1st September 2026 with the first 3 year period ending 31st August 2029.

The maximum contract values for this lot per annum is £244,443. The total contract value over the initial 3 year duration is £733,329 including VAT.

Interested parties who wish to take part in the procurement are invited to take part in an Invitation to Tender (ITT) process, based on the competitive (open) procedure and designed to identify the most economically advantageous tender and therefore determine the incoming provider.

All ITT responses must be returned by 12 noon on 12th February 2026, at the latest.

This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality & Innovation / Weighting: 20%

Quality criterion: Integration, collaboration and service sustainability / Weighting: 30%

Quality criterion: Improving access, reducing health inequalities, and facilitating choice / Weighting: 35%

Quality criterion: Social Value / Weighting: 10%

Cost criterion: Value / Weighting: 5%

II.2.6) Estimated value

Value excluding VAT: 733 329.00  GBP

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

Start: 01/09/2026

End: 31/08/2029

This contract is subject to renewal: Yes

Description of renewals:

Subject to renewal at the end of the initial term/optional extension period.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The contract will be for an initial 3 year period, with the option to extend for a further 12 months.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 6

II.2.1) Title

Gloucestershire

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKK13

II.2.4) Description of the procurement

Lot 6 covers Gloucestershire.

The contract duration is 3 years (36 months) with an optional extension of 12 months. Services are due to commence on 1st September 2026 with the first 3 year period ending 31st August 2029.

The maximum contract values for this lot per annum is £167,831. The total contract value over the initial 3 year duration is £503,493 including VAT.

Interested parties who wish to take part in the procurement are invited to take part in an Invitation to Tender (ITT) process, based on the competitive (open) procedure and designed to identify the most economically advantageous tender and therefore determine the incoming provider.

All ITT responses must be returned by 12 noon on 12th February 2026, at the latest.

This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality & Innovation / Weighting: 20%

Quality criterion: Integration, collaboration and service sustainability / Weighting: 30%

Quality criterion: Improving access, reducing health inequalities, and facilitating choice / Weighting: 35%

Quality criterion: Social Value / Weighting: 10%

Cost criterion: Value / Weighting: 5%

II.2.6) Estimated value

Value excluding VAT: 503 493.00  GBP

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

Start: 01/09/2026

End: 31/08/2029

This contract is subject to renewal: Yes

Description of renewals:

Subject to renewal at the end of the initial term/optional extension period.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The contract will be for an initial 3 year period, with the option to extend for a further 12 months.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 7

II.2.1) Title

Somerset

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKK23

II.2.4) Description of the procurement

Lot 7 covers Somerset.

The contract duration is 3 years (36 months) with an optional extension of 12 months. Services are due to commence on 1st September 2026 with the first 3 year period ending 31st August 2029.

The maximum contract values for this lot per annum is £233,270. The total contract value over the initial 3 year duration is £699,810 including VAT.

Interested parties who wish to take part in the procurement are invited to take part in an Invitation to Tender (ITT) process, based on the competitive (open) procedure and designed to identify the most economically advantageous tender and therefore determine the incoming provider.

All ITT responses must be returned by 12 noon on 12th February 2026, at the latest.

This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality & Innovation / Weighting: 20%

Quality criterion: Integration, collaboration and service sustainability / Weighting: 30%

Quality criterion: Improving access, reducing health inequalities, and facilitating choice / Weighting: 35%

Quality criterion: Social Value / Weighting: 10%

Cost criterion: Value / Weighting: 5%

II.2.6) Estimated value

Value excluding VAT: 699 810.00  GBP

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

Start: 01/09/2026

End: 31/08/2029

This contract is subject to renewal: Yes

Description of renewals:

Subject to renewal at the end of the initial term/optional extension period.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The contract will be for an initial 3 year period, with the option to extend for a further 12 months.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

As per the published documentation.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2025/S 000-072631

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

Date: 12/02/2026

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 12/02/2026

Local time: 12:01

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.3) Additional information

Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome.

Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the bid documentation (including questionnaires), you will need to click on 'Register interest' - this will take you to the log-in page.

If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid.

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 Public Contracts Regulations 2015 and The Procurement Act 2023 do not apply to this award.

VI.4) Procedures for review

VI.4.1) Review body

NHS England

London

UK

VI.5) Date of dispatch of this notice

08/01/2026

Coding

Commodity categories

ID Title Parent category
85100000 Health services Health and social work services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Scwcsu.procurement@nhs.net
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.