Perinatal Immunisation Services in Dorset to NHS England
A Contract Award Notice
by NHS ENGLAND
- Source
- Find a Tender
- Type
- Contract (Services)
- Duration
- not specified
- Value
- £1M
- Sector
- HEALTH
- Published
- 01 Aug 2025
- Delivery
- not specified
- Deadline
- n/a
Concepts
Location
London
2 buyers
- NHS England London
1 supplier
Description
NHS England South West is commissioning Perinatal Immunisation Services within Dorset. Perinatal Immunisation Services being commissioned include Pertussis, Flu and COVID-19 vaccinations for pregnant women, Bacillus Calmette-Guérin (BCG) vaccinations for newborn infants, and the roll out of the Respiratory Syncytial Virus (RSV) vaccination programme for pregnant woman over 28 Weeks. The Commissioner intends to contract for the Services using the latest version of the NHS Standard Contract. The contract term will be for a duration of 3 years with a 2 year optional extension, and will commence on 1st September 2025. The total estimated contract value is £1,250,000 across the 5 years. This notice is placed to set out NHS England South West's (the Commissioner's) intention to award a contract under the Most Suitable Provider Process of the Provider Selection Regime (PSR).
Total Quantity or Scope
The aim of Perinatal Immunisation Services is to offer vaccination to pregnant women alongside existing planned antenatal appointments, to facilitate improvement of vaccinations offered to newborn infants on a targeted basis (BCG, Hep B as required), to improve data quality, improve uptake and reduce inequalities in access to immunisations across the perinatal pathway. To co-ordinate delivery of the improvement programme in the system of Dorset, in partnership with the two maternity providers. The programme seeks to - increase uptake of maternal vaccinations - improve timeliness of the BCG vaccination programme - Improve quality of data on uptake and inequalities - Take steps to address inequalities in accessing these programmes A notice (ref. 2025/S 000-033402) was published for 14 days informing the market of the intention to follow the Most Suitable Provider Process. The Commissioner sought a provider/s who were suitable and capable to continue the delivery of this work. To express an interest, providers were required to complete and submit a short Most Suitable Provider Questionnaire through the Atamis portal. After conducting an assessment, taking into account the key criteria and applying the basic selection criteria, NHS England South West is content that Dorset Healthcare University Foundation Trust will likely satisfy the proposed contract to a sufficient standard. … This is an existing service being awarded to an existing provider. This exercise has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.
Award Detail
1 | Dorset Healthcare University Trust (Poole)
|
Renewal Options
2 years optional extension.
Award Criteria
Most Suitable Provider process with regard to the key criteria | 100.0 |
PRICE | _ |
CPV Codes
- 85140000 - Miscellaneous health services
- 33651000 - General anti-infectives for systemic use and vaccines
Indicators
- Options are available.
- Award on basis of price.
Legal Justification
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 decision makers by 13/08/2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR'.
Other Information
The decision to award this contract in line with the Most Suitable Provider Process was based on evaluation against the basic selection criteria, and the 5 key criteria (see below), which were assessed on a "Pass" / "Fail" basis, the key criteria were weighted equally. Assessment of the providers were based on publicly available information, evidence available through their existing contract with NHS England South West where one existed, as well as further information that was requested as part of the MSP process. Dorset Healthcare University Foundation Trust attained a "pass" on all elements of the basic selection criteria and the key criteria assessment, meeting the requirements of the assessment. Award decisions have been made by the Head of Public Health Commissioning, with key decision makers being Senior Commissioning Manager. No conflicts of interest were declared. The key criteria for review were as follows: a. Quality and innovation i. Provider to give an example of an improvement in care delivery relevant to the sexual assault and abuse services pathway that they have implemented within the last three years ii. Review of evidence of relevant accreditations or service development initiatives e.g. Bluestar pre-trial guidance iii. Evidence of robust clinical governance and safeguarding policies and frameworks relevant to the delivery of sexual assault and abuse services iv. Evidence of quality assurance processes for monitoring and reporting purposes. b. Value i. Assurance that the provider will be able to meet all of the requirements of the service over the life of the contract within the stated annual and overall financial envelope ii. Assurance of the provider's financial planning and resilience, including the management of financial risk. c. Integration, collaboration and service sustainability i. Evidence of collaborative working and integrated delivery within the sexual violence pathway in, around and relevant to Devon and Cornwall ii. Review of provider workforce strategies including recruitment & retention and training iii. Evidence of successful recruitment and retention of senior and specialist workforce. d. Improving access, reducing health inequalities and facilitating choice i. Evidence of the provider's understanding of the stakeholders they will need to work with to deliver a high quality service ii. Evidence of the provider's ability to support adults with complex trauma who have experienced sexual violence iii. Health inequalities reporting and evidence of improvement e. Social value i. Evidence that the provider over the last five years has taken measures to reduce their carbon emissions and/or contributed to the local community with recruitment opportunities and career development ii. Examples of co-production and elevating the survivor voice iii. Evidence of relevant evaluation, research and best practice development. 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 midnight on 13/08/2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR. Written representations should be sent to: scwcsu.procurement@nhs.net
Reference
- FTS 045336-2025