Opportunity

Community Urgent Eye Services to Bath and North East Somerset, Swindon and Wiltshire Integrated Care Board

  • Bath and North East Somerset, Swindon and Wiltshire Integrated Care Board

F02: Contract notice

Notice reference: 2024/S 000-006437

Published 28 February 2024, 5:07pm



Section one: Contracting authority

one.1) Name and addresses

Bath and North East Somerset, Swindon and Wiltshire Integrated Care Board

Jenner House - Unit E3, Langley Park,

Chippenham

SN15 1GG

Contact

Donna Harrington

Email

donnaharrington@nhs.net

Country

United Kingdom

NUTS code

UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area

NHS Organisation Data Service

92G - ODS

Internet address(es)

Main address

https://bsw.icb.nhs.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://health-family.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://health-family.force.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

Community Urgent Eye Services to Bath and North East Somerset, Swindon and Wiltshire Integrated Care Board

Reference number

C234088 / WA14518

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

Bath and North East Somerset, Swindon and Wiltshire ("BSW") Integrated Care Board ("the ICB") seeks to secure a provider who has the capacity and capability to deliver community eye care services for patients registered with a GP within the BSW footprint and in line with specified requirements. It is expected that the services will work collaboratively and have a harmonious and efficient relationship to provide a safe and co-ordinated eyecare pathway.

The ICB seeks to work with providers who are committed to innovation and creativity in delivering good health outcomes.

The scope of this tender covers 3 lots:

Lot 1: Optometry Triage Referral Service

Lot 2: Community Urgent Eyecare Triage Service

Lot 3: Community Urgent Eyecare Clinical Management Service

Lot 1: Optometry Triage Referral Service

Working with the Referral Service, the Optometry Triage Referral Service will provide registered optometrists with relevant experience to enable the efficient assessment and triage of ophthalmological referrals to secondary care.

Lot 2: Community Urgent Eyecare Triage Service

The Triage Service will ensure people who have eye-related signs and/or symptoms that are perceived by those presenting to need prompt assistance with their concern.

Via a single point of access the Triage service will provide remote/telephone triage directing patients with signs and symptoms of recent onset urgent ocular presentations to a telemedicine consultation or arrange for a face to face assessment and Clinical Management.

Lot 3: Community Urgent Eyecare Clinical Management Service

The Clinical Management Service is for those who have been referred via the Triage service. Patients will be assessed, agree a management plan which may include self-care, therapeutic recommendations, referrals and signposting.

Through remote/telephone triage, telemedicine and a network of community-based providers/practitioners providing face to face appointments, patients will be able to gain prompt access to an eyecare consultation and, in most cases, a care plan for the patient to either self-manage their ocular condition (with access to appropriate OTC topical medications where appropriate from Pharmacy), with advice and guidance.

Telemedicine will reduce the burden on patients visiting GP surgeries, pharmacies, high street opticians and secondary care facilities physically. The use of telemedicine will mean many people can receive an eyecare consultation from their home.

When telemedicine is an inappropriate mode of service delivery, patients will be signposted to a face to face appointment with a community-based practitioner or signposted to hospital ophthalmology services or A&E in the first instance.

TUPE is likely to be applicable, further details can be found in the procurement documentation.

The contract term for both lots will be for 3 years with an optional extension of any period up to 2 years.

The maximum contract values per lot are:

Lot 1: Optometry Triage Referral Service - £85,000 per annum, giving a contract value of £255,000 for the initial 3 year period and £425,000 if the full extension period of 2 Year is adopted.

Lot 2: Community Urgent Eyecare Triage Service - £195,000pa giving a contract value of £585,000 for the initial 3 year period and £975,000 if the full extension period of 2 Year is adopted.

Lot 3: Community Urgent Eyecare Clinical Management Service - £176,000pa giving a contract value of £528,000 for the initial 3 year period and £880,000 if the full extension period of 2 Year is adopted.

The total combined value across all lots is £1,368,000 for the initial 3 year period and £2,280,000 if the full extension period of 2 Year is adopted.

The new service will commence on the 1st October 2024.

This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.

two.1.5) Estimated total value

Value excluding VAT: £2,280,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Optometry Triage Referral Service

Lot No

1

two.2.2) Additional CPV code(s)

  • 85121281 - Ophthalmologist services
  • 85323000 - Community health services

two.2.3) Place of performance

NUTS codes
  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area

two.2.4) Description of the procurement

Bath and North East Somerset, Swindon and Wiltshire ("BSW") Integrated Care Board ("the ICB") seeks to secure a provider who has the capacity and capability to deliver an Optometry Triage Referral service for patients registered with a GP within BSW and in line with specified requirements. It is expected that the provider will work collaboratively and ensure a harmonious and efficient relationship to provide a safe and co-ordinated eyecare pathway.

The ICB wants to work the provider who are committed to innovation and creativity in delivering good health outcomes.

The Optometry Triage Referral service is intended to receive routine referrals from the BSW ICB Referral Service; triage them, and respond back to the Referral Service, such that those referrals can then be processed accordingly at the correct priority, to the appropriate provider, and with all the necessary relevant information. At times it is required to liaise with the Referral Service, and/or primary care (the referrer), and/or secondary care, and/or the BSW ICB Clinical Policies (Exceptional Funding and Prior Approvals) team.

The objective of the service is to ensure that patient's are referred safely and appropriately first time to the right ophthalmology service in accordance with their needs.

The contract term will be for 3 years with an optional extension of any period up to 2 years.

The maximum annual budget is £85,000 giving a maximum contract value of £255,000 for the initial 3 year period and £425,000 if the full extension period of 2 Year is adopted.

The new service will commence on the 1st October 2024.

This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.

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: £425,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract period includes an optional extension of up to 24 months.

two.2) Description

two.2.1) Title

Community Urgent Eyecare Triage Service

Lot No

2

two.2.2) Additional CPV code(s)

  • 85121281 - Ophthalmologist services
  • 85323000 - Community health services

two.2.3) Place of performance

NUTS codes
  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area

two.2.4) Description of the procurement

Bath and North East Somerset, Swindon and Wiltshire ("BSW") Integrated Care Board ("the ICB") seeks to secure a provider who has the capacity and capability to deliver an Community Urgent Eyecare Triage service for patients registered with a GP within BSW and in line with specified requirements. It is expected that the provider will work collaboratively with the Community Urgent Eyecare Service Clinical Management to ensure a harmonious and efficient relationship to provide a safe and co-ordinated eyecare pathway.

The ICB seeks to work with a provider who are committed to innovation and creativity in delivering good health outcomes.

The Triage Service will ensure people who have eye-related signs and/or symptoms that are perceived by those presenting to need prompt assistance with their concern.

Via a single point of access the Triage service will provide remote/telephone triage directing patients with signs and symptoms of recent onset urgent ocular presentations to a telemedicine consultation or arrange for a face to face assessment and Clinical Management.

The Triage Service objectives are to:

• Employ an agreed algorithm to aid triage decision making

• Empower patient self-care

• Direct patents who do not have urgent eyecare needs to other services

• Direct patients to the most suitable further care setting/service if so required, with the appropriate level of urgency.

• Improve and facilitate local access to timely care for patients with urgent eye-related presentations, reducing their need to travel to hospital for urgent eyecare.

• Facilitate urgent and emergency eye referrals, where necessary, following local referral protocols, when the Clinical Management Service performer cannot manage the patient episode to completion.

The contract term will be for 3 years with an optional extension of any period up to 2 years.

The maximum annual budget is £195,000 giving a contract value of £585,000 for the initial 3 year period and £975,000 if the full extension period of 2 Year is adopted.

The new service will commence on the 1st October 2024.

This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.

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: £975,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract period includes an optional extension of up to 24 months.

two.2) Description

two.2.1) Title

Community Urgent Eyecare Clinical Management Service

Lot No

3

two.2.2) Additional CPV code(s)

  • 85121281 - Ophthalmologist services
  • 85323000 - Community health services

two.2.3) Place of performance

NUTS codes
  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area

two.2.4) Description of the procurement

Bath and North East Somerset, Swindon and Wiltshire ("BSW") Integrated Care Board ("the ICB") seeks to secure a provider who has the capacity and capability to deliver a Community Urgent Eyecare Clinical Management service for patients registered with a GP within BSW and in line with specified requirements. It is expected that the services will work collaboratively Community Urgent Eyecare Triage service to ensure a harmonious and efficient relationship to provide a safe and co-ordinated eyecare pathway.

The ICB seeks to work with a provider who are committed to innovation and creativity in delivering good health outcomes.

The Clinical Management Service is for those who have been referred via the Triage service. Patients will be assessed, agree a management plan which may include self-care, therapeutic recommendations, referrals and signposting.

The Clinical Management Service objectives are to:

• Improve local access to timely care for patients with urgent eye-related presentations, reducing their need to travel to hospital for urgent eyecare.

• Provide assessment, treatment and advice by telephone and/or video.

• Empower patient self-care.

• Direct patents who do not have urgent eyecare needs to other services.

• Direct patients to the most suitable further care setting/service if so required, with the appropriate level of urgency.

• Provide F2F consultations when urgent eye care symptoms need physical assessment, and it is likely that a service performer can manage the patient episode to completion.

Facilitate urgent and emergency eye referrals, where necessary, following local referral protocols when the Clinical Management Service performer cannot manage the patient episode to completion.

The contract term for both lots will be for 3 years with an optional extension of any period up to 2 years.

The maximum annual contract value is £176,000 giving a contract value of £528,000 for the initial 3 year period and £880,000 if the full extension period of 2

The new service will commence on the 1st October 2024.

This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.

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: £880,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract period includes an optional extension of up to 24 months.


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

See procurement documentation for more information.

three.1.2) Economic and financial standing

List and brief description of selection criteria

See procurement documentation for more information.

three.1.3) Technical and professional ability

List and brief description of selection criteria

See procurement documentation for more information.


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.2.2) Time limit for receipt of tenders or requests to participate

Date

2 April 2024

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

2 April 2024

Local time

12:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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 do not apply to this award.

six.4) Procedures for review

six.4.1) Review body

Bath and North East Somerset, Swindon and Wiltshire Integrated Care Board

Jenner House

Chippenham

SN15 1GG

Country

United Kingdom