Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Lancashire County Council
County Hall
Preston
PR10LD
UK
E-mail: CAPHProcurement@lancashire.gov.uk
NUTS: UKD45
Internet address(es)
Main address: https://www.lancashire.gov.uk/fusion-supplier-portal/
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of Community Pharmacy On-Site Flu Delivery for Local Authority Employees
Reference number: KH/PH/LCC/25/1506
II.1.2) Main CPV code
85323000
II.1.3) Type of contract
Services
II.1.4) Short description
Each year, the Department of Health and Social Care, the UK Health Security Agency (UKHSA) and NHS England develop an annual flu plan to guide local arrangements of seasonal flu vaccination delivery, based upon a co-ordinated and evidence-based approach.
As a further support to this agenda, LCC undertake an annual workforce flu vaccination programme to promote the uptake of vaccination to frontline workers and business critical staff, to reduce the impact of flu in the population whilst supporting the improvement of staff absenteeism figures due to the flu virus. Results on service delivery of this programme are fed into local A+E Delivery Boards in support of winter planning by helping to vaccinate frontline staff, supporting the reduction in unplanned hospital admissions and pressure on A+E services. Raising awareness of the importance of the flu vaccination through national campaigns delivered locally, staff briefing sessions ensures informed consent for employees plus a dedicated mailbox for employee queries is also run throughout the flu season.
Delivery of the on-site flu vaccine to LCC workforce on behalf of the Lancashire County Council Health Protection Team (LCC HPT), maximises protection for self, family and friends and particularly for those working frontline with high-risk, vulnerable groups and business critical services.
Delivery of the on-site flu clinics enables a greater level of accessibility by delivering the free flu vaccination at site of work and out-of-hours if required, with zero disruption to working hours and responsibilities.
The on-site element of this programme delivers almost 90% of the service, proving that employees prefer the option of improved accessibility in being able to receive the vaccination at the usual place of work.
The anticipated Service Commencement Date 01/10/2025.
The contract shall have an initial period of 2 months.
This notice is an intention to award a contract under the Direct Award process C.
The maximum lifetime value of the contract is £60,000.
The intention is to award to the existing provider.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
60 000.00
GBP
II.2) Description
II.2.3) Place of performance
NUTS code:
UKD4
II.2.4) Description of the procurement
Each year, the Department of Health and Social Care, the UK Health Security Agency (UKHSA) and NHS England develop an annual flu plan to guide local arrangements of seasonal flu vaccination delivery, based upon a co-ordinated and evidence-based approach.
As a further support to this agenda, LCC undertake an annual workforce flu vaccination programme to promote the uptake of vaccination to frontline workers and business critical staff, to reduce the impact of flu in the population whilst supporting the improvement of staff absenteeism figures due to the flu virus. Results on service delivery of this programme are fed into local A+E Delivery Boards in support of winter planning by helping to vaccinate frontline staff, supporting the reduction in unplanned hospital admissions and pressure on A+E services. Raising awareness of the importance of the flu vaccination through national campaigns delivered locally, staff briefing sessions ensures informed consent for employees plus a dedicated mailbox for employee queries is also run throughout the flu season.
Delivery of the on-site flu vaccine to LCC workforce on behalf of the Lancashire County Council Health Protection Team (LCC HPT), maximises protection for self, family and friends and particularly for those working frontline with high-risk, vulnerable groups and business critical services.
Delivery of the on-site flu clinics enables a greater level of accessibility by delivering the free flu vaccination at site of work and out-of-hours if required, with zero disruption to working hours and responsibilities.
The on-site element of this programme delivers almost 90% of the service, proving that employees prefer the option of improved accessibility in being able to receive the vaccination at the usual place of work.
The anticipated Service Commencement Date 01/10/2025.
The contract shall have an initial period of 2 months.
This notice is an intention to award a contract under the Direct Award process C.
The maximum lifetime value of the contract is £60,000.
The intention is to award to the existing provider.
II.2.5) Award criteria
Quality criterion: the existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard
/ Weighting: 100
Cost criterion: the existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard
/ Weighting: 100
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
Award of a contract without prior publication of a call for competition
Justification for selected award procedure:
The procurement falls outside the scope of application of the Directive
Explanation
This is a Provider Selection Regime (PSR) intention to award 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. The standstill period begins on the day after the publication of
this notice.
This contract has not yet formally been awarded; this notice serves as an intention to award
under the PSR.
Representations by providers must be made to decision makers by midnight on 30/09/2025.
Written representations should be sent to caphprocurement@lancashire.gov.uk
Award decision-makers: Lancashire County Council Public Health & Wellbeing Contracts and
Procurement Board.
Quality and innovation (30%) - Considering the extensive quality standards required and the
benefits seen from innovative approaches has led to a decision to weight this element at
30%.
Value (25%) - Evaluating the overall value as well as the quality and the cost-effectiveness of
the service, a weighting of 25% for this criterion is applicable.
Integration, collaboration, and service sustainability (15%) -Requirements for integrating
with communities and collaborating with survey sites to ensure the required performance
levels has led to a weighting of 15% being applied to this criterion.
Improving access, reducing health inequalities, and facilitating choice (20%) - There is a
requirement for the Provider to ensure that all survey participants have equal access. A
weighting of 20% is applicable for this criterion.
Social value (10%) - There is a clear focus on opportunities to reduce health inequalities,
promote choice, and address social needs. A weighting of 10% for this criterion is applicable.
There were no identified conflicts of interest during this process.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
18/09/2025
V.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
H & A.K FLETCHER LTD T/A BROADWAY PHARMACY WITH CURE CLINICS
1292679
Preston
UK
NUTS: UKD4
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 60 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
This is a Provider Selection Regime (PSR) intention to award 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. The standstill period begins on the day after the publication of
this notice.
This contract has not yet formally been awarded; this notice serves as an intention to award
under the PSR.
Representations by providers must be made to decision makers by midnight on 30/09/2025.
Written representations should be sent to caphprocurement@lancashire.gov.uk
Award decision-makers: Lancashire County Council Public Health & Wellbeing Contracts and
Procurement Board.
Quality and innovation (30%) - Considering the extensive quality standards required and the
benefits seen from innovative approaches has led to a decision to weight this element at
30%.
Value (25%) - Evaluating the overall value as well as the quality and the cost-effectiveness of
the service, a weighting of 25% for this criterion is applicable.
Integration, collaboration, and service sustainability (15%) -Requirements for integrating
with communities and collaborating with survey sites to ensure the required performance
levels has led to a weighting of 15% being applied to this criterion.
Improving access, reducing health inequalities, and facilitating choice (20%) - There is a
requirement for the Provider to ensure that all survey participants have equal access. A
weighting of 20% is applicable for this criterion.
Social value (10%) - There is a clear focus on opportunities to reduce health inequalities,
promote choice, and address social needs. A weighting of 10% for this criterion is applicable.
There were no identified conflicts of interest during this process.
VI.4) Procedures for review
VI.4.1) Review body
Independent procurement panel
Preston
UK
VI.5) Date of dispatch of this notice
18/09/2025