Local Vaccination Outreach Programme - South West
A Tender Notice
by NHS ENGLAND
- Source
- Find a Tender
- Type
- Contract (Services)
- Duration
- 3 year
- Value
- £6M
- Sector
- HEALTH
- Published
- 08 Jan 2026
- Delivery
- 01 Sep 2026 to 31 Aug 2029
- Deadline
- 12 Feb 2026 12:00
Related Terms
Location
London
2 buyers
- NHS England London
Description
NHS England South West (the Commissioner) is seeking to secure Provider(s) who have the capability and capacity to deliver Local vaccination Outreach services, in line with the specified requirements. The outreach services will identify and address disparities in uptake of vaccinations. The service will support mitigation of gaps in core commissioned services and response to outbreaks where needed. The service will be delivered by taking a proactive approach to managing population health and inequalities. The outreach service will provide a versatile response to identified need and collaborate with existing providers of vaccinations in the geography to support addressing vaccination gaps and to compliment, not duplicate, existing commissioned vaccination services. Delivering all aged vaccinations and actively seeking those individuals and population groups with low vaccine uptake, coverage and are less likely to access core vaccination services. The tailored outreach vaccination service will run in parallel to an inclusive core delivery approach. We encourage bidders to explore opportunities for collaboration where this can deliver enhanced value and efficiency. Working together can help optimise resources, share expertise, and reduce duplication, ultimately benefiting service delivery and outcomes. Collaborative approaches may include forming consortium, subcontracting arrangements, or strategic partnerships that leverage complementary strengths. Bidders should clearly outline any proposed collaborative models within their submission, demonstrating how these arrangements will maintain accountability and deliver high-quality services. Where bidders are successful in securing more than one Lot, we expect them to optimise the use of non-delivery resources such as management, administration, and support functions. This approach should minimise overheads, avoid unnecessary duplication, and ensure that efficiencies are realised across all awarded Lots. This procurement covers 7 lots across the South West: Lot 1 - Bristol, North Somerset, and South Gloucestershire (BNSSG) Lot 2 - Bath and North East Somerset, Swindon and Wiltshire (BSW) Lot 3 - Cornwall and Isles of Scilly Lot 4 - Devon Lot 5 - Dorset Lot 6 - Gloucestershire Lot 7 - Somerset The contract duration is 3 years (36 months) with an optional extension of 12 months. Services are due to commence on 1st September 2026 with the first 3 year period ending 31st August 2029. TUPE is likely to apply. The maximum contract values for each lot per annum is as follows: Lot 1 - BNSSG - £350,325 Lot 2 - BSW- £256,299 Lot 3 - Cornwall - £340,548 Lot 4 - Devon - £407,284 Lot 5 - Dorset - £244,443 Lot 6 - Gloucestershire - £167,831 Lot 7 - Somerset - £233,270 The Commissioner has a maximum financial envelope across all 7 Lots of £2,000,000 per annum, including VAT. The total maximum contract value across all 7 Lots for the duration excluding extensions is £6,000,000 including VAT.
Lot Division
| 1 | Bristol, North Somerset, and South Gloucestershire
Lot 1 covers Bristol, North Somerset, and South Gloucestershire (BNSSG) … The maximum contract values for this lot per annum is £350,325. The total contract value over the initial 3 year duration is £1,050,975 including VAT. Interested parties who wish to take part in the procurement are invited to take part in an Invitation to Tender (ITT) process, based on the competitive (open) procedure and designed to identify the most economically advantageous tender and therefore determine the incoming provider. All ITT responses must be returned by 12 noon on 12th February 2026, at the latest. |
| 2 | Bath and North East Somerset, Swindon and Wiltshire
Lot 2 covers Bath and North East Somerset, Swindon and Wiltshire (BSW). … The maximum contract values for this lot per annum is £256,299. The total contract value over the initial 3 year duration is £768,897 including VAT. Interested parties who wish to take part in the procurement are invited to take part in an Invitation to Tender (ITT) process, based on the competitive (open) procedure and designed to identify the most economically advantageous tender and therefore determine the incoming provider. All ITT responses must be returned by 12 noon on 12th February 2026, at the latest. |
| 3 | Cornwall and Isles of Scilly
Lot 3 covers Cornwall and Isles of Scilly. … The maximum contract values for this lot per annum is £340,548. The total contract value over the initial 3 year duration is £1,021,644 including VAT. Interested parties who wish to take part in the procurement are invited to take part in an Invitation to Tender (ITT) process, based on the competitive (open) procedure and designed to identify the most economically advantageous tender and therefore determine the incoming provider. All ITT responses must be returned by 12 noon on 12th February 2026, at the latest. |
| 4 | Devon
Lot 4 covers Devon. … The maximum contract values for this lot per annum is £407,284. The total contract value over the initial 3 year duration is £1,221,852 including VAT. Interested parties who wish to take part in the procurement are invited to take part in an Invitation to Tender (ITT) process, based on the competitive (open) procedure and designed to identify the most economically advantageous tender and therefore determine the incoming provider. All ITT responses must be returned by 12 noon on 12th February 2026, at the latest. |
| 5 | Dorset
Lot 5 covers Dorset. … The maximum contract values for this lot per annum is £244,443. The total contract value over the initial 3 year duration is £733,329 including VAT. Interested parties who wish to take part in the procurement are invited to take part in an Invitation to Tender (ITT) process, based on the competitive (open) procedure and designed to identify the most economically advantageous tender and therefore determine the incoming provider. All ITT responses must be returned by 12 noon on 12th February 2026, at the latest. |
| 6 | Gloucestershire
Lot 6 covers Gloucestershire. … The maximum contract values for this lot per annum is £167,831. The total contract value over the initial 3 year duration is £503,493 including VAT. Interested parties who wish to take part in the procurement are invited to take part in an Invitation to Tender (ITT) process, based on the competitive (open) procedure and designed to identify the most economically advantageous tender and therefore determine the incoming provider. All ITT responses must be returned by 12 noon on 12th February 2026, at the latest. |
| 7 | Somerset
Lot 7 covers Somerset. … The maximum contract values for this lot per annum is £233,270. The total contract value over the initial 3 year duration is £699,810 including VAT. Interested parties who wish to take part in the procurement are invited to take part in an Invitation to Tender (ITT) process, based on the competitive (open) procedure and designed to identify the most economically advantageous tender and therefore determine the incoming provider. All ITT responses must be returned by 12 noon on 12th February 2026, at the latest. |
Renewal Options
Subject to renewal at the end of the initial term/optional extension period. The contract will be for an initial 3 year period, with the option to extend for a further 12 months.
Award Criteria
| Quality & Innovation | 20.0 |
| Integration, collaboration and service sustainability | 30.0 |
| Improving access, reducing health inequalities, and facilitating choice | 35.0 |
| Social Value | 10.0 |
| Value | 5.0 |
CPV Codes
- 85100000 - Health services
Indicators
- Bids should cover one or more lots.
- Bids should cover the whole contract.
- This is a recurring contract.
- Options are available.
- Renewals are available.
- Professional qualifications are sought.
- Award on basis of price and quality.
Other Information
Interested parties who wish to take part in the procurement are invited to take part in an Invitation to Tender (ITT) process, based on the competitive (open) procedure and designed to identify the most economically advantageous tender. All ITT responses must be submitted via the identified eProcurement system by 12 noon on 12th February 2026, at the latest. This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner. 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), 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 and The Procurement Act 2023 do not apply to this award.
Reference
- FTS 001566-2026