Community COVID-19 Vaccination Programme - South West Additional Fixed Sites
A Contract Award Notice
by NHS ENGLAND
- Source
- Find a Tender
- Type
- Contract (Services)
- Duration
- not specified
- Value
- £8
- Sector
- HEALTH
- Published
- 19 Feb 2025
- Delivery
- not specified
- Deadline
- n/a
Concepts
- health services
- additional fixed site services
- additional fixed sites
- nhs england south west
- fixed site services
- west taunton
- west somerset
- community covid-19 vaccination programme - south west additional fixed sites pricing
- community covid-19 vaccination programme - south west additional fixed sites
- community covid-19 vaccination services
Location
Cornwall and Isles of Scilly:
1 buyer
- NHS England London
8 suppliers
- Royal Cornwall Hospital Trust Truro
- Royal Devon University Healthcare NHS Trust Exeter
- Royal Devon University Healthcare Trust Exeter
- Somerset NHS Trust Yeovil
- Poole Central PCN Poole
- Poole North Primary Care Network Broadstone
- Wimborne & Ferndown PCN Wimborne
- Dorset Healthcare University NHS Trust Poole
Description
NHS England South West (the Commissioner) were seeking to commission a Provider(s) who have the capability and capacity to deliver Community COVID-19 vaccination services at additional fixed sites across the South West. The Commissioner identified that there is a need for further provision of COVID-19 vaccination services beyond that capable of being provided by the Site Sign-up Process. Fixed Site Services will be required to vaccinate all eligible cohorts (including care homes) and claim payments consistent with sites commissioned under the Site Sign-up Process. Population gaps have been identified by the Commissioner as requiring additional Fixed Site Services following the Site Sign-Up Process. The postcodes are divided into Lots, each Lot will represent one or more post codes. Within each Lot, more than one contracts may be awarded depending on the capacity that Potential Suppliers are able to offer and the level of capacity required for that Lot. The procurement was structured into 16 Lots across the South West: • Lot 1: Isles of Scilly (TR21) • Lot 2: Truro (TR13) • Lot 3: Wadebridge (PL27) • Lot 4; Barnstaple (EX31) • Lot 5: East Devon/Mid Devon (EX5) • Lot 6: Plymouth (PL2) • Lot 7: Cinderford (GL14) • Lot 8: Lydney (GL15) • Lot 9: Coleford Gloucestershire (GL16) • Lot 10: Lydbrook (GL17) • Lot 11: Langport, Ilminster, Bridgwater, South and West Somerset, Central and West Taunton (TA10, TA19, TA6, TA7, TA9, TA2, TA3, BA6, BA16, DT8, EX13, TA12, TA13, TA17, TA18, TA20, TA1, TA4, TA5, EX16, TA21, EX31, EX35, TA22, TA23, TA24, BA22) • Lot 12: Poole Town Centre (BH15) • Lot 13: Wimborne (BH21) • Lot 14: Ringwood (BH24) • Lot 15: Bournemouth/Boscombe (BH7) • Lot 16: Wareham/Purbeck (BH20) The total value of Community COVID-19 Vaccination Programme - South West Additional Fixed Sites pricing is £7.54 per vaccine, with undetermined volumes over 12 months, and a possible extension of an additional 12 months. The initial 12 months period will commence from 1st April 2025. The number of vaccines to be delivered will be determined by patient choice where suppliers will be paid £7.54 per vaccine given.
Lot Division
1 | Isles of Scilly The procurement is divided into lots. Each lot will represent one or more postcode where population gaps have been identified by the Commissioner as requiring additional Fixed Site Services following the Site Sign-Up Process. Lot 1 covers the postcode area TR21 within Isles of Scilly. The contracts will be for an Initial contract term of 12 months, with the option to extend for up to a further 12 months, services are planned to commence from 1st April 2025. The number of vaccines to be delivered will be determined by patient choice where suppliers will be paid £7.54 per vaccine given The Services procured through this tender process are healthcare services subject to the Health Care Services (Provider Selection Regime) Regulations 2023, (PSR), and the process has been undertaken in full accordance with the law. For the avoidance of doubt, the provisions of the Public Contract Regulations 2015 do not apply. The procurement followed the Competitive Process, in accordance with Regulation 11. This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Award Criteria
| ||||||||||
2 | Truro The procurement is divided into lots. Each lot will represent one or more postcode where population gaps have been identified by the Commissioner as requiring additional Fixed Site Services following the Site Sign-Up Process. Lot 2 covers the postcode area TR13 within Truro. The contracts will be for an Initial contract term of 12 months, with the option to extend for up to a further 12 months, services are planned to commence from 1st April 2025. The number of vaccines to be delivered will be determined by patient choice where suppliers will be paid £7.54 per vaccine given The Services procured through this tender process are healthcare services subject to the Health Care Services (Provider Selection Regime) Regulations 2023, (PSR), and the process has been undertaken in full accordance with the law. For the avoidance of doubt, the provisions of the Public Contract Regulations 2015 do not apply. The procurement followed the Competitive Process, in accordance with Regulation 11. This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Award Criteria
| ||||||||||
3 | The procurement is divided into lots. Each lot will represent one or more postcode where population gaps have been identified by the Commissioner as requiring additional Fixed Site Services following the Site Sign-Up Process. Lot 3 covers the postcode area PL27 within Wadebridge. The contracts will be for an Initial contract term of 12 months, with the option to extend for up to a further 12 months, services are planned to commence from 1st April 2025. The number of vaccines to be delivered will be determined by patient choice where suppliers will be paid £7.54 per vaccine given The Services procured through this tender process are healthcare services subject to the Health Care Services (Provider Selection Regime) Regulations 2023, (PSR), and the process has been undertaken in full accordance with the law. For the avoidance of doubt, the provisions of the Public Contract Regulations 2015 do not apply. The procurement followed the Competitive Process, in accordance with Regulation 11. This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Award Criteria
| ||||||||||
4 | Barnstaple The procurement is divided into lots. Each lot will represent one or more postcode where population gaps have been identified by the Commissioner as requiring additional Fixed Site Services following the Site Sign-Up Process. Lot 4 covers the postcode area EX31 within Barnstaple. The contracts will be for an Initial contract term of 12 months, with the option to extend for up to a further 12 months, services are planned to commence from 1st April 2025. The number of vaccines to be delivered will be determined by patient choice where suppliers will be paid £7.54 per vaccine given The Services procured through this tender process are healthcare services subject to the Health Care Services (Provider Selection Regime) Regulations 2023, (PSR), and the process has been undertaken in full accordance with the law. For the avoidance of doubt, the provisions of the Public Contract Regulations 2015 do not apply. The procurement followed the Competitive Process, in accordance with Regulation 11. This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Award Criteria
| ||||||||||
5 | East Devon/Mid Devon The procurement is divided into lots. Each lot will represent one or more postcode where population gaps have been identified by the Commissioner as requiring additional Fixed Site Services following the Site Sign-Up Process. Lot 5 covers the postcode area EX5 within East Devon/Mid Devon. The contracts will be for an Initial contract term of 12 months, with the option to extend for up to a further 12 months, services are planned to commence from 1st April 2025. The number of vaccines to be delivered will be determined by patient choice where suppliers will be paid £7.54 per vaccine given The Services procured through this tender process are healthcare services subject to the Health Care Services (Provider Selection Regime) Regulations 2023, (PSR), and the process has been undertaken in full accordance with the law. For the avoidance of doubt, the provisions of the Public Contract Regulations 2015 do not apply. The procurement followed the Competitive Process, in accordance with Regulation 11. This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Award Criteria
| ||||||||||
6 | Plymouth The procurement is divided into lots. Each lot will represent one or more postcode where population gaps have been identified by the Commissioner as requiring additional Fixed Site Services following the Site Sign-Up Process. Lot 6 covers the postcode area PL2 within Plymouth. The contracts will be for an Initial contract term of 12 months, with the option to extend for up to a further 12 months, services are planned to commence from 1st April 2025. The number of vaccines to be delivered will be determined by patient choice where suppliers will be paid £7.54 per vaccine given The Services procured through this tender process are healthcare services subject to the Health Care Services (Provider Selection Regime) Regulations 2023, (PSR), and the process has been undertaken in full accordance with the law. For the avoidance of doubt, the provisions of the Public Contract Regulations 2015 do not apply. The procurement followed the Competitive Process, in accordance with Regulation 11. This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Award Criteria
| ||||||||||
7 | Cinderford The procurement is divided into lots. Each lot will represent one or more postcode where population gaps have been identified by the Commissioner as requiring additional Fixed Site Services following the Site Sign-Up Process. Lot 7 covers the postcode area GL14 within Cinderford. The contracts will be for an Initial contract term of 12 months, with the option to extend for up to a further 12 months, services are planned to commence from 1st April 2025. The number of vaccines to be delivered will be determined by patient choice where suppliers will be paid £7.54 per vaccine given The Services procured through this tender process are healthcare services subject to the Health Care Services (Provider Selection Regime) Regulations 2023, (PSR), and the process has been undertaken in full accordance with the law. For the avoidance of doubt, the provisions of the Public Contract Regulations 2015 do not apply. The procurement followed the Competitive Process, in accordance with Regulation 11. This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Award Criteria
| ||||||||||
8 | Lydney The procurement is divided into lots. Each lot will represent one or more postcode where population gaps have been identified by the Commissioner as requiring additional Fixed Site Services following the Site Sign-Up Process. Lot 8 covers the postcode area GL15 within Lydney. The contracts will be for an Initial contract term of 12 months, with the option to extend for up to a further 12 months, services are planned to commence from 1st April 2025. The number of vaccines to be delivered will be determined by patient choice where suppliers will be paid £7.54 per vaccine given The Services procured through this tender process are healthcare services subject to the Health Care Services (Provider Selection Regime) Regulations 2023, (PSR), and the process has been undertaken in full accordance with the law. For the avoidance of doubt, the provisions of the Public Contract Regulations 2015 do not apply. The procurement followed the Competitive Process, in accordance with Regulation 11. This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Award Criteria
| ||||||||||
9 | Coleford Gloucestershire The procurement is divided into lots. Each lot will represent one or more postcode where population gaps have been identified by the Commissioner as requiring additional Fixed Site Services following the Site Sign-Up Process. Lot 9 covers the postcode area GL16 within Coleford Gloucestershire. The contracts will be for an Initial contract term of 12 months, with the option to extend for up to a further 12 months, services are planned to commence from 1st April 2025. The number of vaccines to be delivered will be determined by patient choice where suppliers will be paid £7.54 per vaccine given The Services procured through this tender process are healthcare services subject to the Health Care Services (Provider Selection Regime) Regulations 2023, (PSR), and the process has been undertaken in full accordance with the law. For the avoidance of doubt, the provisions of the Public Contract Regulations 2015 do not apply. The procurement followed the Competitive Process, in accordance with Regulation 11. This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Award Criteria
| ||||||||||
10 | Lydbrook The procurement is divided into lots. Each lot will represent one or more postcode where population gaps have been identified by the Commissioner as requiring additional Fixed Site Services following the Site Sign-Up Process. Lot 10 covers the postcode area GL17 within Lydbrook. The contracts will be for an Initial contract term of 12 months, with the option to extend for up to a further 12 months, services are planned to commence from 1st April 2025. The number of vaccines to be delivered will be determined by patient choice where suppliers will be paid £7.54 per vaccine given The Services procured through this tender process are healthcare services subject to the Health Care Services (Provider Selection Regime) Regulations 2023, (PSR), and the process has been undertaken in full accordance with the law. For the avoidance of doubt, the provisions of the Public Contract Regulations 2015 do not apply. The procurement followed the Competitive Process, in accordance with Regulation 11. This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Award Criteria
| ||||||||||
11 | Langport, Ilminster, Bridgwater, South and West Somerset, Central and West Taunton The procurement is divided into lots. Each lot will represent one or more postcode where population gaps have been identified by the Commissioner as requiring additional Fixed Site Services following the Site Sign-Up Process. Lot 11 covers the postcode areas TA10, TA19, TA6, TA7, TA9, TA2, TA3, BA6, BA16, DT8, EX13, TA12, TA13, TA17, TA18, TA20, TA1, TA4, TA5, EX16, TA21, EX31, EX35, TA22, TA23, TA24, BA22 within Langport, Ilminster, Bridgwater, South and West Somerset, Central and West Taunton. The contracts will be for an Initial contract term of 12 months, with the option to extend for up to a further 12 months, services are planned to commence from 1st April 2025. The number of vaccines to be delivered will be determined by patient choice where suppliers will be paid £7.54 per vaccine given The Services procured through this tender process are healthcare services subject to the Health Care Services (Provider Selection Regime) Regulations 2023, (PSR), and the process has been undertaken in full accordance with the law. For the avoidance of doubt, the provisions of the Public Contract Regulations 2015 do not apply. The procurement followed the Competitive Process, in accordance with Regulation 11. This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Award Criteria
| ||||||||||
12 | Poole Town Centre The procurement is divided into lots. Each lot will represent one or more postcode where population gaps have been identified by the Commissioner as requiring additional Fixed Site Services following the Site Sign-Up Process. Lot 12 covers the postcode area BH15 within Poole Town Centre. The contracts will be for an Initial contract term of 12 months, with the option to extend for up to a further 12 months, services are planned to commence from 1st April 2025. The number of vaccines to be delivered will be determined by patient choice where suppliers will be paid £7.54 per vaccine given The Services procured through this tender process are healthcare services subject to the Health Care Services (Provider Selection Regime) Regulations 2023, (PSR), and the process has been undertaken in full accordance with the law. For the avoidance of doubt, the provisions of the Public Contract Regulations 2015 do not apply. The procurement followed the Competitive Process, in accordance with Regulation 11. This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Award Criteria
| ||||||||||
13 | Wimborne The procurement is divided into lots. Each lot will represent one or more postcode where population gaps have been identified by the Commissioner as requiring additional Fixed Site Services following the Site Sign-Up Process. Lot 13 covers the postcode area BH21 within Wimborne. The contracts will be for an Initial contract term of 12 months, with the option to extend for up to a further 12 months, services are planned to commence from 1st April 2025. The number of vaccines to be delivered will be determined by patient choice where suppliers will be paid £7.54 per vaccine given The Services procured through this tender process are healthcare services subject to the Health Care Services (Provider Selection Regime) Regulations 2023, (PSR), and the process has been undertaken in full accordance with the law. For the avoidance of doubt, the provisions of the Public Contract Regulations 2015 do not apply. The procurement followed the Competitive Process, in accordance with Regulation 11. This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Award Criteria
| ||||||||||
14 | Ringwood The procurement is divided into lots. Each lot will represent one or more postcode where population gaps have been identified by the Commissioner as requiring additional Fixed Site Services following the Site Sign-Up Process. Lot 14 covers the postcode area BH24 within Ringwood. The contracts will be for an Initial contract term of 12 months, with the option to extend for up to a further 12 months, services are planned to commence from 1st April 2025. The number of vaccines to be delivered will be determined by patient choice where suppliers will be paid £7.54 per vaccine given The Services procured through this tender process are healthcare services subject to the Health Care Services (Provider Selection Regime) Regulations 2023, (PSR), and the process has been undertaken in full accordance with the law. For the avoidance of doubt, the provisions of the Public Contract Regulations 2015 do not apply. The procurement followed the Competitive Process, in accordance with Regulation 11. This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Award Criteria
| ||||||||||
15 | Bournemouth/Boscombe The procurement is divided into lots. Each lot will represent one or more postcode where population gaps have been identified by the Commissioner as requiring additional Fixed Site Services following the Site Sign-Up Process. Lot 15 covers the postcode area BH7 within Bournemouth/Boscombe. The contracts will be for an Initial contract term of 12 months, with the option to extend for up to a further 12 months, services are planned to commence from 1st April 2025. The number of vaccines to be delivered will be determined by patient choice where suppliers will be paid £7.54 per vaccine given The Services procured through this tender process are healthcare services subject to the Health Care Services (Provider Selection Regime) Regulations 2023, (PSR), and the process has been undertaken in full accordance with the law. For the avoidance of doubt, the provisions of the Public Contract Regulations 2015 do not apply. The procurement followed the Competitive Process, in accordance with Regulation 11. This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Award Criteria
| ||||||||||
16 | Wareham/Purbeck The procurement is divided into lots. Each lot will represent one or more postcode where population gaps have been identified by the Commissioner as requiring additional Fixed Site Services following the Site Sign-Up Process. Lot 16 covers the postcode area BH20 within Wareham/Purbeck. The contracts will be for an Initial contract term of 12 months, with the option to extend for up to a further 12 months, services are planned to commence from 1st April 2025. The number of vaccines to be delivered will be determined by patient choice where suppliers will be paid £7.54 per vaccine given The Services procured through this tender process are healthcare services subject to the Health Care Services (Provider Selection Regime) Regulations 2023, (PSR), and the process has been undertaken in full accordance with the law. For the avoidance of doubt, the provisions of the Public Contract Regulations 2015 do not apply. The procurement followed the Competitive Process, in accordance with Regulation 11. This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Award Criteria
|
Award Detail
1 | Royal Cornwall Hospital Trust (Truro)
|
2 | Royal Cornwall Hospital Trust (Truro)
|
3 | Royal Devon University Healthcare NHS Trust (Exeter)
|
4 | Royal Devon University Healthcare Trust (Exeter)
|
5 | Royal Devon University Healthcare Trust (Exeter)
|
6 | Somerset NHS Trust (Yeovil)
|
7 | Poole Central PCN (Poole)
|
8 | Poole North Primary Care Network (Broadstone)
|
9 | Wimborne & Ferndown PCN (Wimborne)
|
10 | Dorset Healthcare University NHS Trust (Poole)
|
11 | Dorset Healthcare University NHS Trust (Poole)
|
CPV Codes
- 85100000 - Health services
Indicators
- Options are available.
Other Information
** PREVIEW NOTICE, please check Find a Tender for full details. ** Confirmation was provided that that Direct Award Process A and Direct Award Process B were not applicable for this service. Given that the incumbent provider had not previously undergone competition for this contract, Direct Award Process C could not be followed. The Most Suitable Provider process was not a viable option due to being unable to identify a suitable provider. Confirmation was provided that NHSE South West did not wish to establish a framework agreement and that the service was not a mixed procurement, in turn, it was concluded that the Competitive Process was the best route to market. Award decisions have been recommended by NHS England. The decision to award this contract in line with Competitive Process was based on evaluation against the basic selection criteria, which was assessed on a pass/fail basis, and the 5 key criteria, which were assessed on a 0-4 scale (see section 10), with the below weightings. 1. Integration, collaboration and service sustainability (40%) 2. Improving access, reducing health inequalities and facilitating choice (45%) 3. Quality and Innovation (5%) 4. Social Value (10%) 5. Value (Pass/Fail) No Conflicts of interest were identified among anyone who was involved in the process. 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 publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by 4th March. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR. Written representations should be sent to Scwcsu.procurement@nhs.net
Reference
- ocds-h6vhtk-04c651
- FTS 005934-2025