Notice Information
Notice Title
VDPS Medical Assessments
Notice Description
The Authority requires the provision of medical assessments in relation to the Vaccine Damage Payment Scheme (VDPS). Further information on the scheme can be found here https://www.gov.uk/vaccine-damage-payment/eligibility The services required are for Medical Assessments of the evidence being presented by applicants making a claim under the VDPS. An 'Assessment' is the end-to-end process to assess causation and level of disablement against the medical evidence presented in relation to a Claimant's health condition and/or disability. The Supplier is required to undertake all appropriate action to complete the assessment. This may include gathering evidence from the most appropriate source, reference, expert, and/or specialist to ensure a definitive view can be provided. The Total Contract Value (Estimated) includes the 2 x 12 month extension periods and excludes any payments to be made to claimants. The contract value over the term my be impacted by the risks called out in the UK04: Tender Notice.
Lot Information
Lot 1
Renewal: The expected contract duration includes the Implementation Phase followed by an initial term of service delivery for three years from the Service Commencement Date and the option to extend by up to a maximum of a further 2 x 12 months (max 24 months). The Implementation Period is expected to take 6 months to 12 months.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04f997
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/000373-2026
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- UK6 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
85 - Health and social work services
-
- CPV Codes
79420000 - Management-related services
85000000 - Health and social work services
85100000 - Health services
85120000 - Medical practice and related services
85121200 - Medical specialist services
85140000 - Miscellaneous health services
Notice Value(s)
- Tender Value
- £30,000,000 £10M-£100M
- Lots Value
- £30,000,000 £10M-£100M
- Awards Value
- £22,562,500 £10M-£100M
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 5 Jan 20261 months ago
- Submission Deadline
- 30 Jun 2025Expired
- Future Notice Date
- 28 Mar 2025Expired
- Award Date
- 22 Dec 20252 months ago
- Contract Period
- 16 Jan 2026 - 2 Nov 2029 3-4 years
- Recurrence
- 2025-04-09
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Pending
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NHS BUSINESS SERVICES AUTHORITY
- Contact Name
- Commercial Services
- Contact Email
- commercialservicesteam@nhsbsa.nhs.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- NEWCASTLE UPON TYNE
- Postcode
- NE15 8NY
- Post Town
- Newcastle upon Tyne
- Country
- England
-
- Major Region (ITL 1)
- TLC North East (England)
- Basic Region (ITL 2)
- TLC4 Northumberland, Durham and Tyne & Wear
- Small Region (ITL 3)
- TLC43 Tyneside
- Delivery Location
- Not specified
-
- Local Authority
- Newcastle upon Tyne
- Electoral Ward
- Lemington
- Westminster Constituency
- Newcastle upon Tyne Central and West
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/000373-2026
5th January 2026 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/030049-2025
4th June 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/011589-2025
27th March 2025 - Planned procurement notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-04f997-2026-01-05T14:54:43Z",
"date": "2026-01-05T14:54:43Z",
"ocid": "ocds-h6vhtk-04f997",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "011589-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/011589-2025",
"datePublished": "2025-03-27T14:51:52Z",
"format": "text/html"
}
]
},
"parties": [
{
"id": "GB-PPON-PRLZ-1599-JGTT",
"name": "NHS Business Services Authority",
"identifier": {
"scheme": "GB-PPON",
"id": "PRLZ-1599-JGTT"
},
"address": {
"streetAddress": "Stella House, Goldcrest Way, Newburn Riverside",
"locality": "Newcastle upon Tyne",
"postalCode": "NE15 8NY",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKC22"
},
"contactPoint": {
"name": "Commercial Services",
"email": "commercialservicesteam@nhsbsa.nhs.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.nhsbsa.nhs.uk/",
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
},
{
"id": "GB-COH-09072343",
"name": "Maximus UK Services Limited",
"identifier": {
"scheme": "GB-COH",
"id": "09072343"
},
"address": {
"streetAddress": "18c Meridian East",
"locality": "Leicester",
"postalCode": "LE19 1WZ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF22"
},
"contactPoint": {
"email": "tendertracking@maximusuk.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.maximusuk.co.uk",
"scale": "large",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
},
"control": {
"description": "Maximus Companies Ltd"
}
}
],
"buyer": {
"id": "GB-PPON-PRLZ-1599-JGTT",
"name": "NHS Business Services Authority"
},
"tender": {
"id": "C336413",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "VDPS Medical Assessments",
"description": "The Authority requires the provision of medical assessments in relation to the Vaccine Damage Payment Scheme (VDPS). Further information on the scheme can be found here https://www.gov.uk/vaccine-damage-payment/eligibility The services required are for Medical Assessments of the evidence being presented by applicants making a claim under the VDPS. An 'Assessment' is the end-to-end process to assess causation and level of disablement against the medical evidence presented in relation to a Claimant's health condition and/or disability. The Supplier is required to undertake all appropriate action to complete the assessment. This may include gathering evidence from the most appropriate source, reference, expert, and/or specialist to ensure a definitive view can be provided. The Total Contract Value (Estimated) includes the 2 x 12 month extension periods and excludes any payments to be made to claimants. The contract value over the term my be impacted by the risks called out in the UK04: Tender Notice.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85120000",
"description": "Medical practice and related services"
},
{
"scheme": "CPV",
"id": "85100000",
"description": "Health services"
},
{
"scheme": "CPV",
"id": "85121200",
"description": "Medical specialist services"
},
{
"scheme": "CPV",
"id": "79420000",
"description": "Management-related services"
},
{
"scheme": "CPV",
"id": "85140000",
"description": "Miscellaneous health services"
},
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 36000000,
"amount": 30000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "The contract will be awarded through a competitive flexible procedure in accordance with section 20(1) and (2)(b) of the Procurement Act 2023 (PA23). An overview of the process is set out below and full details are set out in the Tender Documents accessible via the Portal. Suppliers will be required to complete a Procurement Specific Questionnaire (PSQ), which will set out the Conditions of Participation. Supplier will be excluded from the Procurement in accordance with Exclusions and Modifications Section 27-30 of the PA2023. Where a Supplier is not an excluded or excludable supplier, the NHSBSA, in accordance with Section 22 of the PA23 will evaluate conditions of participation to ensure suppliers have the legal and financial capacity to perform the contract or the technical ability (qualifications, experience) to perform the contract. Further details are set out the Participation section of this Notice. If a supplier does not satisfy a condition of participation, the NHSBSA may exclude the supplier from participating in, or progressing as part of, the competitive tendering procedure. Those bidders that meet the Conditions of Participation will be invited to the next stage of the procurement. This will include a pre-tender dialogue phase in advance of tenders being submitted. This period of dialogue will be focused primarily on aspects of the draft contract relating to the input costs of the Cost Plus mechanism, in addition to the incentivisation mechanism, and other elements of the pricing approach and payment mechanism. Following the Pre-Tender Dialogue the NHSBSA will update and re-issue the tender documents for all shortlisted suppliers to submit a tender response against. Prior to inviting final tenders the NHSBSA may refine the award criteria in accordance with section 24 of the PA 2023. The Pre-tender dialogue stage will not be used to reduce the number of suppliers who progress to the next stage through a selection process (down selection) (PA23 section 20(4)(a)). There is no minimum or maximum number of suppliers to be taken through to each stage. Only the PSQ and conditions of participation will be used to limit the number of suppliers to enter into the dialogue round and submit final tenders. The NHSBSA has determined that services could not be reasonably delivered under more than one contract and the contract will not be awarded via lots. The tender will be assessed and awarded using the \"most advantageous tender\" (PA23 Section 19). The Criteria that will be used to assess the Tenders will be weighted as a percentage of total importance. Tenders will be evaluated in accordance with the Tender Evaluation methodology as set out in the Tender Documents."
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"submissionMethodDetails": "Interested parties must access the procurement documents via https://health-family.force.com/s/Welcome (search opportunities using system reference C336413). Follow the instructions to register an interest and once registered, Suppliers will be able to view and access the full Tender documentation. A Non-Disclosure Agreement (NDA) is required to access the Data Room and instructions are set out in the Tender Documents.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2025-05-09T11:59:00+01:00",
"awardPeriod": {
"endDate": "2025-10-31T23:59:59Z"
},
"lots": [
{
"id": "1",
"status": "complete",
"value": {
"amountGross": 36000000,
"amount": 30000000,
"currency": "GBP"
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "The final requirements will be set out in the Tender Notice(UK04) and Tender Documents when published (estimated 9th April 2025). These may include: Legal Terms and Conditions - acceptance of Terms Legal GDPR: Please note that all personal data stored and processed under the resulting contract must be done so within the UK. No personal data can be stored, processed or transferred outside of the UK under the resulting contract. Financial: Insurance (to be in place for the commencement of the contract) Financial: Ratios"
},
{
"type": "technical",
"description": "The final requirements will be set out in the Tender Notice(UK04) and Tender Documents when published (estimated 9th April 2025). These may include: Minimum Qualification for Medical Assessors which will be called out in the Tender Documents. Contract Examples Standards Carbon Reduction Plan as per PPN 06/21"
},
{
"description": "Interested parties are not required to register an interest at this stage. A future Tender Notice (UK04) will be published (estimated 9th April 2025) for interested parties to respond to via the Health Family Portal. See Tender Submission Section for further details.",
"forReduction": true
},
{
"type": "economic",
"description": "PSQ Part 3A of Conditions of Participation will be evaluated as set out in the Tender documents: Financial Capacity: Minimum requirement for the Prime and any Sub-Contractors is to have: D&B Rating 1 or 2 Turnover Ratio = >1.5x Operating Margin = >5% Acid Ratio between = >0.8x Financial Capacity: Insurance (to be in place for the commencement of the contract). In the event that the Supplier obtains and maintains joint professional liability insurance and cyber liability insurance, the minimum cover, for each single event in each Contract Year, must be not less than ten million pounds (PS10,000,000).: Employers liability insurance: Cover for each single event in each Contract Year, of not less than five million pounds (PS5,000,000) Professional liability insurance: Cover for each single event in each Contract Year, of not less than five million pounds (PS5,000,000) Cyber liability insurance: Cover for each single event in each Contract Year, of not less than five million pounds (PS5,000,000) Third Party Public and Product Liability Insurance: Not less than five million pounds (PS5,000,000) in respect of any one occurrence in each Contract Year (and the number of occurrences being unlimited each Contract Year). Legal Capacity: GDPR all personal data stored and processed under the resulting contract must be done so within the UK. No personal data can be stored, processed or transferred outside of the UK under the resulting contract. PSQ Part 3B will asses Suppliers in relation to PPN015, PPN06 and PPN09."
},
{
"type": "technical",
"description": "PSQ Part 3 of Conditions of Participation will be evaluated as set out in the Tender documents: Minimum Qualification for Medical Assessors: A GMC Registered Medical Practitioner, with a licence to practice, with a minimum of 5 years post-graduate clinical experience or a minimum of 3 years post-graduate clinical experience with demonstrable expertise in functional and injury assessments for the purpose of informing a decision for a financial award. Relevant Contract Examples The Supplier warrants that for the start of the contract it will obtain: -relevant Environment Management System (EMS) certified to ISO 14001 or an equivalent certification from a UKAS accredited body or can demonstrate that it has an environmental management system in place that is at least equivalent to the standards required to be certified to ISO 14001. -ISO Certification in respect of the Supplier Information Management System; or where the Supplier Information Management System is included within the scope of a wider ISO Certification, that ISO Certification and Cyber Essentials Plus."
},
{
"description": "[Conditions of Participation]",
"forReduction": true
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2025-11-20T00:00:00Z",
"endDate": "2029-05-30T23:59:59+01:00",
"maxExtentDate": "2031-05-30T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "The expected contract duration includes the Implementation Phase followed by an initial term of service delivery for three years from the Service Commencement Date and the option to extend by up to a maximum of a further 2 x 12 months (max 24 months). The Implementation Period is expected to take 6 months to 12 months."
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Administrative Functions",
"description": "See Tender Documents",
"numbers": [
{
"number": 12,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Claims Assessment Process",
"description": "See Tender Documents",
"numbers": [
{
"number": 12,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Clinical Governance",
"description": "See Tender Documents",
"numbers": [
{
"number": 12,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Implementation",
"description": "See Tender Documents",
"numbers": [
{
"number": 12,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Relationship Management & Performance Measures",
"description": "See Tender Documents",
"numbers": [
{
"number": 12,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Total Price",
"description": "See Tender Documents",
"numbers": [
{
"number": 25,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Total Profit",
"description": "See Tender Documents",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value Model Theme 4: Carbon Emissions related to the contract",
"description": "See Tender Documents",
"numbers": [
{
"number": 2.5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value Model Theme 4: Safeguarding the Natural Environment",
"description": "See ITT Documents",
"numbers": [
{
"number": 2.5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value Model Theme 6: Break down barriers to opportunity",
"numbers": [
{
"number": 2.5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value Model Theme 8: Build an NHS fit for the future",
"numbers": [
{
"number": 2.5,
"weight": "percentageExact"
}
]
}
]
}
}
],
"communication": {
"futureNoticeDate": "2025-03-28T23:59:59Z"
},
"hasRecurrence": true,
"recurrence": {
"dates": [
{
"startDate": "2025-04-09T23:59:59+01:00"
},
{
"startDate": "2028-04-01T23:59:59+01:00"
}
]
},
"contractTerms": {
"financialTerms": "Invoices submitted to accountspayable@nhsbsa.nhs.uk The Buyer must pay the Supplier the Charges within thirty (30) days of receipt by the Buyer of a valid, undisputed invoice, in cleared funds using the payment method and details stated in the invoice or in the Award Form. A Supplier invoice is only valid if it: includes all appropriate references including this Contract reference number and other details reasonably requested by the Buyer; and includes a detailed breakdown of Delivered Deliverables and Milestone(s) (if any). the date of the invoice; * a unique invoice number; * valid purchase order number as provided by the Buyer; * the period to which the Milestone Charges relate to; * the period to which the Charges relate; * details of the amount being invoiced; * the amount of any disbursements properly chargeable to the Buyer under the terms of the Order Form and Schedule 3 (Charges); and any VAT payable in respect of the same. The Buyer may retain or set-off payment of any amount owed to it by the Supplier under this Contract or any other agreement between the Supplier and the Buyer if notice and reasons are provided. The Supplier must ensure that all Subcontractors are paid, in full, within thirty (30) days of receipt of a valid, undisputed invoice. If this does not happen, the Buyer can publish the details of the late payment or non-payment. The Supplier has no right of set-off, counterclaim, discount or abatement unless they're ordered to do so by a court."
},
"riskDetails": "The scope and value of the contract may be directly impacted by a number of risks which may materialise during the term of the contract. These include: 1. The variable volume and complexity of claims received by the NHSBSA under the VDPS which require assessment. The volume of claims and subsequently the scope and value of the contract may be impacted as a result and may increase or decrease the estimated scope and contract value stated at the time of publishing the Tender Notice, commencing the procurement process or at Contract Award Stage. 2.Volumes can be impacted by a combination of external factors which the NHSBSA cannot fully control, eg. media coverage, addition of new diseases, and therefore vaccinations, to the Scheme. 3.Future Policy changes and/or changes to the Vaccine Damage Payments Act 1979 may ultimately impact how the services may be are delivered by the supplier e.g. impact on claims volumes and/or requirements. 4. The completion of the Implementation Period is expected to take 6 months to 12 months. The value and scope of the number of assessments completed over the remaining term of the contract may therefore be impacted by the duration of the implementation period. 5. Impacted following another pandemic or increased roll out of vaccines where the vaccine is on VDPS. 6. Changes that come out as recommendations of the Covid Inquiry.",
"tenderPeriod": {
"endDate": "2025-06-30T12:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2025-06-30T11:59:00+01:00"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "030049-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/030049-2025",
"datePublished": "2025-06-04T17:28:14+01:00",
"format": "text/html"
}
]
},
"language": "en",
"bids": {
"details": [
{
"id": "1",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-09072343",
"name": "Maximus UK Services Limited"
}
],
"relatedLots": [
"1"
]
}
],
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 4,
"relatedLot": "1"
},
{
"id": "2",
"measure": "finalStageBids",
"value": 1,
"relatedLot": "1"
},
{
"id": "3",
"measure": "smeFinalStageBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "4",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "1"
}
]
},
"awards": [
{
"id": "1",
"title": "Vaccine Damage Payment Scheme Medical Assessments",
"status": "pending",
"date": "2025-12-22T00:00:00Z",
"value": {
"amountGross": 27078600,
"amount": 22562500,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-09072343",
"name": "Maximus UK Services Limited"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85120000",
"description": "Medical practice and related services"
},
{
"scheme": "CPV",
"id": "85100000",
"description": "Health services"
},
{
"scheme": "CPV",
"id": "85121200",
"description": "Medical specialist services"
},
{
"scheme": "CPV",
"id": "79420000",
"description": "Management-related services"
},
{
"scheme": "CPV",
"id": "85140000",
"description": "Miscellaneous health services"
},
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"standstillPeriod": {
"endDate": "2026-01-14T23:59:59+00:00"
},
"contractPeriod": {
"startDate": "2026-01-16T00:00:00Z",
"endDate": "2029-11-02T23:59:59Z",
"maxExtentDate": "2031-11-02T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "The options to extend by up to a maximum of a further 2 x 12 months (max 24 months)."
},
"relatedLots": [
"1"
],
"documents": [
{
"id": "000373-2026",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/000373-2026",
"datePublished": "2026-01-05T14:54:43Z",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2026-01-05T00:00:00Z",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2026-01-16T23:59:59Z",
"status": "scheduled"
}
]
}
]
}