- 1. NHS Buckinghamshire, Oxfordshire and Berkshire West (BOB) Integrated Care Board (ICB)
- 2. NHS Frimley Integrated Care Board (ICB)
- 3. NHS Hampshire and Isle of Wight Integrated Care Board (ICB)
- 4. NHS Kent and Medway Integrated Care Board (ICB)
- 5. NHS Surrey Heartlands Integrated Care Board (ICB)
- 6. NHS Sussex Integrated Care Board (ICB)
Section one: Contracting authority
one.1) Name and addresses
NHS Buckinghamshire, Oxfordshire and Berkshire West (BOB) Integrated Care Board (ICB)
Cowley
OX4 2PG
Country
United Kingdom
Region code
UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
NHS Organisation Data Service
QU9
Internet address(es)
Main address
https://www.bucksoxonberksw.icb.nhs.uk/
one.1) Name and addresses
NHS Frimley Integrated Care Board (ICB)
Windsor
SL4 3DP
Country
United Kingdom
Region code
UKJ - South East (England)
NHS Organisation Data Service
QNQ
Internet address(es)
Main address
https://www.frimley.icb.nhs.uk/
one.1) Name and addresses
NHS Hampshire and Isle of Wight Integrated Care Board (ICB)
Eastleigh
SO50 5PB
Country
United Kingdom
Region code
UKJ3 - Hampshire and Isle of Wight
NHS Organisation Data Service
QRL
Internet address(es)
Main address
https://www.hantsiow.icb.nhs.uk/icb
one.1) Name and addresses
NHS Kent and Medway Integrated Care Board (ICB)
Maidstone
ME15 6NB
Country
United Kingdom
Region code
UKJ4 - Kent
NHS Organisation Data Service
QKS
Internet address(es)
Main address
https://www.kentandmedway.icb.nhs.uk/
one.1) Name and addresses
NHS Surrey Heartlands Integrated Care Board (ICB)
Woking
GU21 5BH
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
NHS Organisation Data Service
QXU
Internet address(es)
Main address
https://www.surreyheartlands.org/nhs-surrey-heartlands-board
one.1) Name and addresses
NHS Sussex Integrated Care Board (ICB)
Lewes
BN7 2FZ
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
NHS Organisation Data Service
QNX
Internet address(es)
Main address
https://www.sussex.ics.nhs.uk/
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://atamis-1928.my.site.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://atamis-1928.my.site.com/s/Welcome
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Sight Testing and Dispensing of Spectacles to Children and Young People in Special Educational Settings across the South East
Reference number
C401955
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
The South East Integrated Care Boards (ICBs) are seeking suitably qualified Providers to deliver at-scale sight testing and dispensing of spectacles services for children and young people with Special Educational Needs and Disabilities (SEND) in Special Educational Settings (SES) across the region.
This procurement covers five lots aligned to the current six and future four ICB structures, ensuring continuity through planned mergers and boundary changes:
Lot 1: Thames Valley - Buckinghamshire, Oxfordshire, Berkshire West and Berkshire East
Lot 2: Hampshire and Isle of Wight, including North East Hampshire
Lot 3: Kent and Medway
Lot 4: Surrey, including Surrey Heath and Farnham
Lot 5: Sussex
Please note: This procurement begins with six Integrated Care Boards (ICBs) in the South East. From 1 April 2026, these will reduce to four ICBs:
• NHS Thames Valley ICB - bringing together Buckinghamshire, Oxfordshire, Berkshire West and Berkshire East (formerly BOB ICB and part of Frimley ICB)
• Hampshire and Isle of Wight ICB will expand to include North East Hampshire
• Kent and Medway ICB remains unchanged
• Surrey and Sussex ICB - bringing together Sussex and Surrey including Surrey Heath and Farnham
These changes are designed to improve integration, reduce health inequalities, and align services with local government boundaries to deliver better, more sustainable care.
Children and young people with autism and/or learning disabilities face significant barriers to accessing routine eye care. Evidence from the 2021 NHS England Proof of Concept (POC) programme showed that delivering sight tests and dispensing services directly within Special Educational Settings (SES) is both effective and impactful.
This service aims to ensure that eligible children and young people in SES across the South East are offered an annual sight test, unless clinically inappropriate. The goal is to reduce health inequalities, improve educational outcomes, and support better quality of life through timely identification and management of vision needs.
For further information please see the service specification and the engagement report published on the NHS England website.
• Service specification: https://www.england.nhs.uk/publication/cyp-send-oral-and-sight-testing-service-specifications/
• Engagement report: https://www.england.nhs.uk/long-read/engagement-report-for-sight-testing-and-dispensing-of-spectacles-to-send-children-and-young-people-in-a-special-educational-setting-across-england/
The contracts will be for an initial duration of 5 years (60 months) with an optional extension of 2 years (1 x 24 months). Services are due to commence in 2026.
The maximum total contract values for the initial 5 years (excluding optional 2 year extension) for each lot are as follows:
Lot 1: £2,355,000
Lot 2: £2,180,000
Lot 3: £3,265,000
Lot 4: £1,625,000
Lot 5: £1,980,000
The maximum total contract values, including the optional 2 year extension (5 years + 2 years) for each lot are as follows:
Lot 1: £3,297,000
Lot 2: £3,052,000
Lot 3: £4,571,000
Lot 4: £2,275,000
Lot 5: £2,772,000
The General Ophthalmic Additional Services Model Contract - Special Educational Setting (SES) will apply. Contracts may be amended during the term to reflect co-commissioning, mandated directives, or service changes with associated funding.
The Commissioners are of the view that the Transfer of Undertakings (Protection of Employment) (TUPE) Regulations 2006 do not apply. However, bidders must undertake their own independent assessment of TUPE applicability.
All ITT responses must be returned by 12 noon on 6th February 2026, at the latest.
Interested providers will be able to view this notice via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome
This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.
two.1.5) Estimated total value
Value excluding VAT: £15,967,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
The contracting authorities plan to award five individual contracts, one for each lot, however, they reserve the right to merge lots at their discretion prior to award.
two.2) Description
two.2.1) Title
Thames Valley - Buckinghamshire, Oxfordshire, Berkshire West and Berkshire East
Lot No
1
two.2.2) Additional CPV code(s)
- 85160000 - Optician services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
two.2.4) Description of the procurement
1) The clustered commissioners, NHS Buckinghamshire, Oxfordshire and Berkshire West ICB and NHS Frimley ICB (scheduled to form NHS Thames Valley ICB on 1 April 2026) are seeking to appoint a Prime Provider with the capability and capacity to deliver a continuous, integrated General Ophthalmic Service (GOS) for children and young people with Special Educational Needs and Disabilities (SEND) in designated Special Educational Settings (SES) across the Thames Valley region (Buckinghamshire, Oxfordshire, Berkshire West and Berkshire East).
The appointed Provider will be responsible for delivering a high-quality, equitable service that includes:
• Securing opt-in parental/carer consent prior to service delivery
• Conducting sight tests to high-street equivalent standards using appropriate specialist equipment, delivered by SEND trained specialist teams of eye care professionals
• Providing on-site dispensing at SES locations and issuing NHS vouchers for use at high-street opticians
• Engaging with school staff and producing comprehensive eye health outcome reports to support improved educational and health outcomes for this vulnerable cohort
2) The contract duration is for an initial period of 60 months (5 years), with services currently anticipated to commence in 2026. The contract includes an option to extend the term for a further 24 months (1 x 24 month extension).
3) The Commissioner will continue the initial engagement of identified SES to secure sign-up for the service. Upon contract award, the Contractor will assume full responsibility for engaging and onboarding remaining eligible SES to ensure equitable service delivery within the Lot.
4) The Commissioner is of the view that the Transfer of Undertakings (Protection of Employment) (TUPE) Regulations 2006 do not apply. However, bidders must undertake their own independent assessment of TUPE applicability.
5) Bidders are required to review the following mandatory documents which form the basis of the contract and contextual guidance:
• Service Specification: https://www.england.nhs.uk/wp-content/uploads/2025/03/CYP-SEND-sight-testing-service-specification.pdf
• GOS Model Contracts and contract variations: https://www.england.nhs.uk/publication/model-contracts-and-contract-variations-general-ophthalmic-services/
• NHS England Engagement report: https://www.england.nhs.uk/publication/engagement-report-for-sight-testing-and-dispensing-of-spectacles-to-send-cyp-in-a-special-educational-setting-across-england/
6) Total contract value for this Lot including the optional 2 year extension £3,297,000
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,297,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Subject to renewal at the end of the initial term/optional extension period.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contract will be for an initial 60-month period, with the option to extend for a further 24 months (1 x 24 month extension).
two.2) Description
two.2.1) Title
Hampshire and Isle of Wight, including North East Hampshire
Lot No
2
two.2.2) Additional CPV code(s)
- 85160000 - Optician services
two.2.3) Place of performance
NUTS codes
- UKJ3 - Hampshire and Isle of Wight
two.2.4) Description of the procurement
1) NHS Hampshire and Isle of Wight ICB are seeking to appoint a Prime Provider with the capability and capacity to deliver a continuous, integrated General Ophthalmic Service (GOS) for children and young people with Special Educational Needs and Disabilities (SEND) in designated Special Educational Settings (SES) across the Hampshire and Isle of Wight area including North East Hampshire.
The appointed Provider will be responsible for delivering a high-quality, equitable service that includes:
• Securing opt-in parental/carer consent prior to service delivery
• Conducting sight tests to high-street equivalent standards using appropriate specialist equipment, delivered by SEND trained specialist teams of eye care professionals
• Providing on-site dispensing at SES locations and issuing NHS vouchers for use at high-street opticians
• Engaging with school staff and producing comprehensive eye health outcome reports to support improved educational and health outcomes for this vulnerable cohort
2) The contract duration is for an initial period of 60 months (5 years), with services currently anticipated to commence in 2026. The contract includes an option to extend the term for a further 24 months (1 x 24 month extension).
3) The Commissioner will continue the initial engagement of identified SES to secure sign-up for the service. Upon contract award, the Contractor will assume full responsibility for engaging and onboarding remaining eligible SES to ensure equitable service delivery within the Lot.
4) The Commissioner is of the view that the Transfer of Undertakings (Protection of Employment) (TUPE) Regulations 2006 do not apply. However, bidders must undertake their own independent assessment of TUPE applicability.
5) Bidders are required to review the following mandatory documents which form the basis of the contract and contextual guidance:
• Service Specification: https://www.england.nhs.uk/wp-content/uploads/2025/03/CYP-SEND-sight-testing-service-specification.pdf
• GOS Model Contracts and contract variations: https://www.england.nhs.uk/publication/model-contracts-and-contract-variations-general-ophthalmic-services/
• NHS England Engagement report: https://www.england.nhs.uk/publication/engagement-report-for-sight-testing-and-dispensing-of-spectacles-to-send-cyp-in-a-special-educational-setting-across-england/
6) Total contract value for this Lot including the optional 2 year extension £3,052,000
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,052,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Subject to renewal at the end of the initial term/optional extension period.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contract will be for an initial 60-month period, with the option to extend for a further 24 months (1 x 24 month extension).
two.2) Description
two.2.1) Title
Kent and Medway
Lot No
3
two.2.2) Additional CPV code(s)
- 85160000 - Optician services
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
two.2.4) Description of the procurement
1) NHS Kent and Medway ICB are seeking to appoint a Prime Provider with the capability and capacity to deliver a continuous, integrated General Ophthalmic Service (GOS) for children and young people with Special Educational Needs and Disabilities (SEND) in designated Special Educational Settings (SES) across the Kent and Medway area.
The appointed Provider will be responsible for delivering a high-quality, equitable service that includes:
• Securing opt-in parental/carer consent prior to service delivery
• Conducting sight tests to high-street equivalent standards using appropriate specialist equipment, delivered by SEND trained specialist teams of eye care professionals
• Providing on-site dispensing at SES locations and issuing NHS vouchers for use at high-street opticians
• Engaging with school staff and producing comprehensive eye health outcome reports to support improved educational and health outcomes for this vulnerable cohort
2) The contract duration is for an initial period of 60 months (5 years), with services currently anticipated to commence in 2026. The contract includes an option to extend the term for a further 24 months (1 x 24 month extension).
3) The Commissioner will continue the initial engagement of identified SES to secure sign-up for the service. Upon contract award, the Contractor will assume full responsibility for engaging and onboarding remaining eligible SES to ensure equitable service delivery within the Lot.
4) The Commissioner is of the view that the Transfer of Undertakings (Protection of Employment) (TUPE) Regulations 2006 do not apply. However, bidders must undertake their own independent assessment of TUPE applicability.
5) Bidders are required to review the following mandatory documents which form the basis of the contract and contextual guidance:
• Service Specification: https://www.england.nhs.uk/wp-content/uploads/2025/03/CYP-SEND-sight-testing-service-specification.pdf
• GOS Model Contracts and contract variations: https://www.england.nhs.uk/publication/model-contracts-and-contract-variations-general-ophthalmic-services/
• NHS England Engagement report: https://www.england.nhs.uk/publication/engagement-report-for-sight-testing-and-dispensing-of-spectacles-to-send-cyp-in-a-special-educational-setting-across-england/
6) Total contract value for this Lot including the optional 2 year extension £4,571,000
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £4,571,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Subject to renewal at the end of the initial term/optional extension period.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contract will be for an initial 60-month period, with the option to extend for a further 24 months (1 x 24 month extension).
two.2) Description
two.2.1) Title
Surrey, including Surrey Heath and Farnham
Lot No
4
two.2.2) Additional CPV code(s)
- 85160000 - Optician services
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
two.2.4) Description of the procurement
1) NHS Surrey Heartlands ICB (scheduled to form the new NHS Surrey and Sussex ICB on 1 April 2026 along with Sussex ICB) are seeking to appoint a Prime Provider with the capability and capacity to deliver a continuous, integrated General Ophthalmic Service (GOS) for children and young people with Special Educational Needs and Disabilities (SEND) in designated Special Educational Settings (SES) across Surrey, including the Surrey Heath and Farnham areas.
The appointed Provider will be responsible for delivering a high-quality, equitable service that includes:
• Securing opt-in parental/carer consent prior to service delivery
• Conducting sight tests to high-street equivalent standards using appropriate specialist equipment, delivered by SEND trained specialist teams of eye care professionals
• Providing on-site dispensing at SES locations and issuing NHS vouchers for use at high-street opticians
• Engaging with school staff and producing comprehensive eye health outcome reports to support improved educational and health outcomes for this vulnerable cohort
2) The contract duration is for an initial period of 60 months (5 years), with services currently anticipated to commence in 2026. The contract includes an option to extend the term for a further 24 months (1 x 24 month extension).
3) The Commissioner will continue the initial engagement of identified SES to secure sign-up for the service. Upon contract award, the Contractor will assume full responsibility for engaging and onboarding remaining eligible SES to ensure equitable service delivery within the Lot.
4) The Commissioner is of the view that the Transfer of Undertakings (Protection of Employment) (TUPE) Regulations 2006 do not apply. However, bidders must undertake their own independent assessment of TUPE applicability.
5) Bidders are required to review the following mandatory documents which form the basis of the contract and contextual guidance:
• Service Specification: https://www.england.nhs.uk/wp-content/uploads/2025/03/CYP-SEND-sight-testing-service-specification.pdf
• GOS Model Contracts and contract variations: https://www.england.nhs.uk/publication/model-contracts-and-contract-variations-general-ophthalmic-services/
• NHS England Engagement report: https://www.england.nhs.uk/publication/engagement-report-for-sight-testing-and-dispensing-of-spectacles-to-send-cyp-in-a-special-educational-setting-across-england/
6) Total contract value for this Lot including the optional 2 year extension £2,275,000
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,275,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Subject to renewal at the end of the initial term/optional extension period.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contract will be for an initial 60-month period, with the option to extend for a further 24 months (1 x 24 month extension).
two.2) Description
two.2.1) Title
Sussex
Lot No
5
two.2.2) Additional CPV code(s)
- 85160000 - Optician services
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
two.2.4) Description of the procurement
1) NHS Sussex ICB (scheduled to form the new NHS Surrey and Sussex ICB on 1 April 2026 along with Surrey Heartlands ICB) are seeking to appoint a Prime Provider with the capability and capacity to deliver a continuous, integrated General Ophthalmic Service (GOS) for children and young people with Special Educational Needs and Disabilities (SEND) in designated Special Educational Settings (SES) across the Sussex area.
The appointed Provider will be responsible for delivering a high-quality, equitable service that includes:
• Securing opt-in parental/carer consent prior to service delivery
• Conducting sight tests to high-street equivalent standards using appropriate specialist equipment, delivered by SEND trained specialist teams of eye care professionals
• Providing on-site dispensing at SES locations and issuing NHS vouchers for use at high-street opticians
• Engaging with school staff and producing comprehensive eye health outcome reports to support improved educational and health outcomes for this vulnerable cohort
2) The contract duration is for an initial period of 60 months (5 years), with services currently anticipated to commence in 2026. The contract includes an option to extend the term for a further 24 months (1 x 24 month extension).
3) The Commissioner will continue the initial engagement of identified SES to secure sign-up for the service. Upon contract award, the Contractor will assume full responsibility for engaging and onboarding remaining eligible SES to ensure equitable service delivery within the Lot.
4) The Commissioner is of the view that the Transfer of Undertakings (Protection of Employment) (TUPE) Regulations 2006 do not apply. However, bidders must undertake their own independent assessment of TUPE applicability.
5) Bidders are required to review the following mandatory documents which form the basis of the contract and contextual guidance:
• Service Specification: https://www.england.nhs.uk/wp-content/uploads/2025/03/CYP-SEND-sight-testing-service-specification.pdf
• GOS Model Contracts and contract variations: https://www.england.nhs.uk/publication/model-contracts-and-contract-variations-general-ophthalmic-services/
• NHS England Engagement report: https://www.england.nhs.uk/publication/engagement-report-for-sight-testing-and-dispensing-of-spectacles-to-send-cyp-in-a-special-educational-setting-across-england/
6) Total contract value for this Lot including the optional 2 year extension £2,772,000
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,772,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Subject to renewal at the end of the initial term/optional extension period.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contract will be for an initial 60-month period, with the option to extend for a further 24 months (1 x 24 month extension).
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Professional Registration:
All ophthalmic practitioners delivering services under the contract must:
• Be included on the Ophthalmic Performers List (as per the Performers Lists (England) Regulations 2013)
• Hold current registration with the appropriate regulatory body:
o Optometrists: Registered under the Opticians Act 1989.
o Ophthalmic Medical Practitioners: Registered under the Medical Act 1983
• Provide their professional registration number and confirm they are not suspended or subject to conditions that would prevent safe practice
Compliance with NHS Regulations:
The Provider must satisfy the conditions set out in Regulation 4 of the General Ophthalmic Services Contracts Regulations 2008, including:
• No disqualification or suspension by a licensing body
• No national or contract disqualification orders
• No restrictions that would affect ability to deliver services
Additional Requirements:
• All clinical staff must have an enhanced DBS certificate (including barred list checks for children and vulnerable adults)
• Evidence of mandatory training (e.g., Oliver McGowan Training for learning disability and autism)
• Appropriate indemnity arrangements and public liability insurance
Additional Governance and Quality Requirements:
By submitting a tender, providers confirm they will comply with key governance and quality standards, which include (but are not limited to):
• Provider and performer compliance, governance, and operational checks prior to contract award
• Signing up to the NHS Sexual Safety Charter and completing the self-assurance checklist
• Embedding NHS England's chaperoning principles into local policy and practice
• Ensuring all staff complete local ICB training, including mandatory safeguarding and consent
• Encouraging eligible frontline staff to receive a flu vaccination in line with NHS guidance
• Agreeing up to five contract monitoring and quality improvement indicators with Commissioners in Year 1 and reviewing annually
Full details of governance and quality requirements will be confirmed during onboarding.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Details regarding the selection criteria are described within the ITT Bidder Instructions document. This includes details on the economic and financial standing tests that will be managed including the 'pass' score.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Details regarding the selection criteria are provided within the e-tendering portal with further details in the ITT Bidder Instructions document. This includes pass/fail questions on the technical and professional ability.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-054400
four.2.2) Time limit for receipt of tenders or requests to participate
Date
6 February 2026
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
6 February 2026
Local time
12:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
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.
six.4) Procedures for review
six.4.1) Review body
South East Integrated Care Boards (ICBs)
Windsor
Country
United Kingdom