Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS England
London
UK
E-mail: scwcsu.procurement@nhs.net
NUTS: UKI
Internet address(es)
Main address: https://www.england.nhs.uk/
Address of the buyer profile: https://health-family.force.com/s/Welcome
I.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 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
COVID-19 South West Vaccination Outreach Services - Bath and North East Somerset, Swindon and Wiltshire
Reference number: C365039
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 commission a Provider who has the capability and capacity to deliver COVID-19 vaccination services in Bath and North East Somerset, Swindon and Wiltshire. The Commissioner has identified that there is a need for provision of COVID-19 vaccination services beyond that capable of being provided by the Site Sign-up Process
The provided procurement documentation sets out the population need for outreach services for Bath, North East Somerset, Swindon and Wiltshire (BSW).
The Commissioner is seeking to procure a single provider to deliver a vaccination outreach service to cover enhanced aspects of vaccination awareness, engagement, education, roving multi vaccinations delivery and support to an outbreak response. The service through targeted interventions is aimed at reducing health inequalities, increasing access to and uptake of vaccination.
The Outreach Service should embody the ambitions of the National Vaccination Strategy 'Shaping the future delivery of NHS vaccination services', published in December 2023.
The Outreach Service should:
• Be simple, convenient, and efficient in helping people make an informed choice through understanding why they need a vaccination and how to access it.
• Be delivered by persons appropriately trained, skilled and competent to administer primarily COVID-19 and Influenza vaccinations, but also other vaccinations, where agreed by the Commissioner.
• Reach into under-served populations through targeted interventions that support uptake for individuals and communities with low uptake and coverage. Communities and interventions should be based on available data and public health expertise and principles.
• Collaborate with Commissioning bodies, other NHS Providers, Local Authorities, and other Partners to ensure no-one is left behind and value for money is maximised.
• Use existing community assets so vaccination services reach into communities and the issues people care about.
• Collaborate with existing providers of vaccination services in the geography to address gaps and not duplicate existing core vaccination services.
The contract term is for 7 months, from 1 September 2025 - 31 March 2026.
The number of vaccines to be delivered will be determined by patient choice. The anticipated contract value is as per the provided 'Schedule 3' document within the procurement documentation.
Interested providers will be able to view the opportunity and access the tender documentation via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome
This exercise is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.
II.1.5) Estimated total value
Value excluding VAT:
277 666.65
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKK
II.2.4) Description of the procurement
NHS England South West (the Commissioner) is seeking to commission a Provider who has the capability and capacity to deliver COVID-19 vaccination services in Bath and North East Somerset, Swindon and Wiltshire. The Commissioner has identified that there is a need for provision of COVID-19 vaccination services beyond that capable of being provided by the Site Sign-up Process
The provided procurement documentation sets out the population need for outreach services for Bath, North East Somerset, Swindon and Wiltshire (BSW).
The Commissioner is seeking to procure a single provider to deliver a vaccination outreach service to cover enhanced aspects of vaccination awareness, engagement, education, roving multi vaccinations delivery and support to an outbreak response. The service through targeted interventions is aimed at reducing health inequalities, increasing access to and uptake of vaccination.
The Outreach Service should embody the ambitions of the National Vaccination Strategy 'Shaping the future delivery of NHS vaccination services', published in December 2023.
The Outreach Service should:
• Be simple, convenient, and efficient in helping people make an informed choice through understanding why they need a vaccination and how to access it.
• Be delivered by persons appropriately trained, skilled and competent to administer primarily COVID-19 and Influenza vaccinations, but also other vaccinations, where agreed by the Commissioner.
• Reach into under-served populations through targeted interventions that support uptake for individuals and communities with low uptake and coverage. Communities and interventions should be based on available data and public health expertise and principles.
• Collaborate with Commissioning bodies, other NHS Providers, Local Authorities, and other Partners to ensure no-one is left behind and value for money is maximised.
• Use existing community assets so vaccination services reach into communities and the issues people care about.
• Collaborate with existing providers of vaccination services in the geography to address gaps and not duplicate existing core vaccination services.
The contract term is for 7 months, from 1 September 2025 - 31 March 2026.
The number of vaccines to be delivered will be determined by patient choice. The anticipated contract value is as per the provided 'Schedule 3' document within the procurement documentation.
Interested providers will be able to view the opportunity and access the tender documentation via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome
This exercise is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.
II.2.5) Award criteria
Criteria below:
Quality criterion: Integration, collaboration and service sustainability
/ Weighting: 30%
Quality criterion: Improving access, reducing health inequalities and facilitating choice
/ Weighting: 40%
Quality criterion: Quality and Innovation
/ Weighting: 20%
Quality criterion: Social Value
/ Weighting: 10%
Cost criterion: Value
/ Weighting: Pass / Fail
II.2.6) Estimated value
Value excluding VAT:
277 666.65
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 7
This contract is subject to renewal: No
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:
No
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 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.2.2) Time limit for receipt of tenders or requests to participate
Date:
26/06/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
01/03/2026
IV.2.7) Conditions for opening of tenders
Date:
26/06/2025
Local time: 12:01
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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: C365039), 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 do not apply to this award.
VI.4) Procedures for review
VI.5) Date of dispatch of this notice
05/06/2025