Contract

Stable Glaucoma Service for the London Borough of Brent

  • NHS North West London Integrated Care Board

F03: Contract award notice

Notice identifier: 2025/S 000-005574

Procurement identifier (OCID): ocds-h6vhtk-04e33b

Published 18 February 2025, 1:20pm



Section one: Contracting authority

one.1) Name and addresses

NHS North West London Integrated Care Board

15 Marylebone Rd,

London

NW1 5JD

Contact

Helen Hewitt

Email

helen.hewitt11@nhs.net

Country

United Kingdom

Region code

UKI32 - Westminster

Internet address(es)

Main address

https://www.nwlondonics.nhs.uk

Buyer's address

https://www.nwlondonics.nhs.uk

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

Stable Glaucoma Service for the London Borough of Brent

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Ongoing monitoring and management of glaucoma patients for the London Boroughs of Brent.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £1,300,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 85121281 - Ophthalmologist services

two.2.3) Place of performance

NUTS codes
  • UKI72 - Brent
Main site or place of performance

London borough of Brent

two.2.4) Description of the procurement

- This service shall be for the provision of ongoing monitoring and consultant led care for
patients with a known diagnosis of glaucoma
- There is a need for a new contract to replace existing contract for the ongoing provision for the stable glaucoma patients who are registered within the London Borough of Brent (the proposed contracting arrangements are not changing considerably from the existing contract).
- NHS NWL ICB intend to award a contract to the existing provider following Direct Award Process C
- The lifetime value of the contract is £1,300,000
- The intention is to award a new contract for one year with the option to extend for an additional one year to the existing provider. A key factor in making this recommendation is continuity of care for patients

two.2.5) Award criteria

Price

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Award criteria (II.2.5) - the existing provider is satisfying the original contract and will likely satisfy the proposed new contract to a sufficient standard taking into account the 5 key criteria and applying the basic selection criteria.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

This is a Provider Selection Regime (PSR) intention to award notice. The awarding 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 do not apply to this award. The publication of this notice marks the start of the Standstill Period. Representations by providers must be made to the relevant authority by midnight on 03 March 2025. This contract has not yet been formally awarded, this notice serves as an intention to award under the PSR.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

14 February 2025

five.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Circle Health Group Limited

1st Floor, 30 Cannon Street

London

EC4M 6XH

Email

bid.team@circlehealthgroup.co.uk

Telephone

+44 7392310603

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

02164270

Internet address

http://www.bmihealthcare.co.uk

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £1,300,000

Total value of the contract/lot: £1,300,000


Section six. Complementary information

six.3) Additional information

- This is a Provider Selection Regime (PSR) intention to award. 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 do not apply to this award. The publication of this notice marks the start of the Standstill Period.
- A Standstill Period is now in force pursuant to Regulations 12 and 14(3) of the PSR Regulations 2023; this period will end at midnight on 03 March 2025 and NHS North West London ICB will not enter into a contract pursuant to the award to the provider under direct award process C before this date.
- Representations by providers must be made to decision-makers by midnight on 03 March 2025 (8 working days following publication of this intention to award notice). Should providers wish to make a representation please submit to helen.hewitt11@nhs.net. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
- The relevant authority's governance/decision-making panel are making the award decision.
- The relevant authority has taken into account the 5 Key Criteria and applied the basic selection criteria. The rationale for the relative importance of the Key Criteria is to ensure service continuity will be maintained for this group of patients through a service which is clinically effective, safe and timely. Enhanced patient experience as patients would not be moved around to yet another provider within 12 month period. The rationale for choosing the provider is that there is confidence that the provider is likely to satisfy future performance
against the new contract at a cost effective price against the Key Criteria.
- There are no declared or potential conflicts of interest of individuals making the decision.

six.4) Procedures for review

six.4.1) Review body

High Court of Justice for England and Wales

The Strand

London

WC2A 2LL

Country

United Kingdom