NECS574 - Community COVID-19 Vaccination Service - Outreach Service for North East and Yorkshire

A Contract Award Notice
by NHS ENGLAND NORTH EAST AND YORKSHIRE

Source
Find a Tender
Type
Contract (Services)
Duration
0.5 year (est.)
Value
£500
Sector
HEALTH
Published
05 Sep 2025
Delivery
01 Oct 2025 to 31 Mar 2026 (est.)
Deadline
n/a

Concepts

Location

Leeds

Geochart for 2 buyers and 11 suppliers

Description

This is an INTENTION TO AWARD Notice following The Health Care Services (Provider Selection Regime) Regulations 2023 - Competitive Process. North of England Commissioning Support (NECS) is a commissioning support service working for and on behalf of NHS England North East and Yorkshire (the Relevant Authority) who have are undertaken a competition process to provide Covid Vaccination Program - Covid Outreach Service - NECS574. Contract Start: 01 October 2025 Contract End: 31 March 2026 The contract term is for an initial period of 6 months commencing on 01 October 2025, with an option to extend for a further 12 months at the discretion of the Relevant Authority and subject to satisfactory contractual and financial performance.

Lot Division

1 North Yorkshire
Award Criteria
Key Criteria / Weighting 100.0
PRICE _
2 York
Award Criteria
Key Criteria / Weighting 100.0
PRICE _
3 Hull and East Riding
Award Criteria
Key Criteria / Weighting 100.0
PRICE _
4 North Lincs and North East Lincs
Award Criteria
Key Criteria / Weighting 100.0
PRICE _
5 North East
Award Criteria
Key criteria / Weighting 100.0
PRICE _
6 Northumberland
Award Criteria
Key Criteria / Weighting 100.0
PRICE _
7 Teesside
Award Criteria
Key Criteria / Weighting 100.0
PRICE _
8 Barnsley, South Yorkshire
Award Criteria
Key Criteria / Weighting 100.0
PRICE _
9 Rotherham, South Yorkshire
Award Criteria
Key Criteria / Weighting 100.0
PRICE _
10 Sheffield, South Yorkshire
Award Criteria
Key Criteria 100.0
PRICE _
11 Doncaster, South Yorkshire
Award Criteria
Key Criteria/Weighting 100.0
PRICE _

Award Detail

1 Hot Pharma (Knaresborough)
  • 1. North Yorkshire
  • Num offers: 5
  • Value: £500
2 Medix (East Riding)
  • 3 - Hull and East Riding
  • Num offers: 3
  • Value: £500
3 Drugs4Delivery (Grimsby)
  • North Lincs and Northeast Lincs
  • Num offers: 3
  • Value: £500
4 Hartlepool & Stockton Health (Stockton on Tees)
  • Northeast
  • Num offers: 3
  • Value: £500
5 Your Pharmacy (Barnsley)
  • 8. Barnsley
  • Num offers: 3
  • Value: £500
6 Your Pharmacy (Rotherham)
  • 9 - Rotherham
  • Num offers: 3
  • Value: £500
7 Your Pharmacy (Sheffield)
  • 10 - Sheffield
  • Num offers: 3
  • Value: £500
8 Your Pharmacy (Doncaster)
  • 11 - Doncaster
  • Num offers: 3
  • Value: £500
9 Unnamed (None)
  • York
  • CONTRACT NOT AWARDED – NO SUCCESSFUL BIDDERS.
10 Unnamed (None)
  • North East
  • CONTRACT NOT AWARDED – NO SUCCESSFUL BIDDERS.
11 Unnamed (None)
  • Northumberland
  • CONTRACT NOT AWARDED – NO SUCCESSFUL BIDDERS.

CPV Codes

  • 85000000 - Health and social work services
  • 85100000 - Health services

Indicators

  • Options are available.
  • Award on basis of price.

Other 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 Procurement Regulations 2024 (Procurement Act 2023) and/ or Public Contracts Regulations 2015 do not apply to this award. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR. A contract will not be awarded until after the 9th working day following standstill. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by midnight 17 September 2025. Any representations should be sent via the Atamis messaging portal and/or via email to necsu.neprocurement@nhs.net There were no declared potential conflicts of interest of individuals making the award decision. Conflicts of interest were completed by all involved in the process and no potential conflicts were identified. The scoring criteria for the Basic Selection Criteria Questions were either evaluated as Pass/Fail or For Information. The Relevant Authority considered the five key criteria against the service requirements and determined the relative importance of each, as outlined below and detailed within in the Invitation to Tender (ITT) Documentation. Integration, collaboration and service sustainability - 30% Improving access, reducing health inequalities and facilitating choice - 40% Quality and Innovation - 20% Social Value - 10% Value (price) - Pass/Fail The successful provider(s) were selected based on offering the most advantageous tender by scoring the highest combined score against the key criteria question and pass the financial element i.e. Confirm that they would deliver the service for £500 per session as evaluated against the published evaluation criteria as detailed within the ITT. As a result, they are the recommended provider(s) and will be been awarded the contract, subject to final agreement. Lots 2, 5 and 6 did not yeild a recommended provider as part of this competitive process and therefore are non-award.

Reference

Domains