NHSE1088 - Mpox Vaccination and Gonorrhoea Vaccination

Award

Description

NHS England - North East and Yorkshire (the Relevant Authority) intends to award these contracts under the Direct Award Process B under 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 these awards.
Following the government's acceptance of the Joint Committee on Vaccination and Immunisation (JCVI) advice that the NHS should implement: 
•	a routine mpox pre-exposure vaccination programme building on the existing offer JCVI statement on mpox vaccination as a routine programme - GOV.UK 
•	a routine opportunistic gonorrhoea vaccination programme JCVI advice on the use of meningococcal B vaccination for the prevention of gonorrhoea - GOV.UK 
The Relevant Authority is now seeking suitable providers by no later than 01 September 2025 [email protected] to deliver the vaccinations alongside existing vaccination programmes (HPV GBMSM) delivered in place-based Local Authority commissioned sexual health services. Providers must deliver sexual health services in identified localities and work with partners to ensure effective programme coverage and equity of access to the local eligible population. 
The JCVI advised that the vaccination programmes, which have similar eligibility criteria, should primarily target gay, bisexual and other men who have sex with men (GBMSM) who meet the eligibility criteria and are at highest risk of exposure to Mpox and Gonorrhoea. There may also be a small number of individuals other than GBMSM with a similar risk of infection as the eligible GBMSM groups who can be offered the vaccines. 
Individuals should be identified through sexual health services using markers of high risk of infection. This includes a recent history of multiple sexual partners or recent bacterial sexually transmitted infection. Full details on the eligible cohorts for each programme are available in the service specifications for each programme. 
Funding of £10.06 will be provided for each dose of vaccine delivered to members of the identified cohort. An additional £8.00 per vaccination delivered will be provided in 2025/26 to support mobilisation. This additional implementation payment will be reviewed in advance of 2026/27 contract year. 
As these are newly developed programmes, no baseline activity level for these vaccinations is available. Activity delivered in 2025/26 will be used to determine an Indicative Activity Plan for 2026/27 and future contract years. 
Providers should build on the existing delivery of vaccinations including HPV GBMSM and the accelerated Mpox vaccination programme (where implemented) and make arrangements to deliver to the eligible population accessing their services from August 2025. Providers should be offering both vaccines by no later than 01 September 2025. 
Eligible providers must: 
•	Hold a current Local Authority contract for the delivery of Sexual Health Services for one or more of the Lots/Localities as identified in this procurement process. 
•	Pass all questions within the Regulation 20 questionnaire parts 1 and part 2 and the associated quality and financial stability assessment in part 3 of the questionnaire. 
To commence in August 2025 and providers should be offering both vaccines by no later than 01 September 2025. The contract term will be co-terminus with the Local Authority contract for Sexual Health Services as highlighted for each Location/Lot which includes any permissible extension periods which would be subject to the enactment of the Local Authority:
Locations/Lots:
Yorkshire & Humber:
•	Lot 1 - North Lincolnshire and North East Lincolnshire 
•	Lot 2 - Hull 
•	Lot 3 - East Riding 
•	Lot 4 - Leeds 
•	Lot 5 - Bradford 
•	Lot 6 - Kirklees 
•	Lot 7 - Wakefield 
•	Lot 8 - Barnsley 
•	Lot 9 - Doncaster 
North East and North Cumbria:
•	Lot 10 - Newcastle Upon Tyne

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Respiratory Solutions

The purpose of this notice is to draw attention to a procurement the Authority will conduct to establish a National Framework Agreement for the provision of Respiratory Solutions 2026 under the following Lot structure: Lot 1: Respiratory Therapy; Lot 2: Anaesthesia and Resuscitation; Lot 3: Diagnostics; Lot 4: Nitrous Oxide destruction Solutions; and Lot 5: Respiratory Support Services For Lots 1 to 4 Tenderers can submit for one, more than one Lot, or all of the Lots detailed above. However ONLY Tenderers responding to Lots 1, 3 and/or 4 are invited to tender for Lot 5 (noting that Lot 5 is not applicable to Lot 2). Tender submissions received solely for Lot 5 will not be accepted nor evaluated. Further details about the requirements within each Lot are provided in the tender documentation. The term of the contracts formed under the proposed Framework Agreement may continue beyond the end of the term of the Framework Agreement itself. Note: There are 5 supplier requirements for which further reading can be found here: Net Zero Supply Chain and Suppliers Please also observe the following for future tenders, the following requirements will include but are not limited to the following or subject to change: • ISO Certification: Tenderers must have ISO 9001: 2015 or BS EN ISO 13485:2016 or Medical Device Single Audit Program (MDAP) accredited by the United Kingdom Accreditation Service (or international equivalent) to cover all segments of the Tenderers and the product's supply chain. This should include, but not be limited to, sales, manufacturing, storage, and distribution ('ISO Certification'). Link for acceptable alternatives https://iaf.nu/en/accreditation-bodies/ ('Notified Bodies') • CE Certification and Declaration of Conformity certificates are required where applicable to be presented at submission stage of the tender. • Modern Slavery for Tenderers that have an annual turnover of at least £36 million must have a link to their modern slavery statement on their website • Modern Slavery Assessment Tool (MSAT) Tenderers must have a score of 41% or above within 12-months of the Tender Publication Date via https://supplierregistration.cabinetoffice.gov.uk/ • Evergreen Sustainable Supplier Assessment - Tenderers will need to have completed the assessment within 12 months of the Tender Publication Date. Link for instructions and access for this assessment: https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/ • Carbon Reduction Plan (CRP): Tenderers must have a valid CRP link on their website that meets the requirements of PPN 006 as outlined in the PPN, OR Where Supplier has no website, the CRP is provided in PDF format that meets the requirements of PPN 006 as outlined in the PPN, OR Excused in exceptional circumstances. CRP has to be dated within the 12 months prior to tender close date. • Cyber Security: If you handle patient or personal data, or provide any IT systems, services, or devices you will need to hold Cyber Security Essentials Plus Certification. • Data Security Protection Toolkit (DSPT): if you process patient data further details about the cyber security requirements are provided in the tender documentation.

Katy Reed

Published 2 days ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete