Section one: Contracting authority
one.1) Name and addresses
NHS Frimley Integrated Care Board
Windsor
SL4
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.frimley.icb.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
Community Ophthalmology Service
Reference number
PSCG0013
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Frimley ICB ("the Commissioner") sought to commission Community Ophthalmology service covering the Frimley ICB geography - diagnosing and, where appropriate, treating specific ophthalmic conditions. It is intended to address conditions which do no require treatment in secondary care but does not include delivery of services which form part of the core GMS Primary Care Contract.
The service provision is for patients aged over 16, delivered in an outpatient setting; with expectation of appointments being made available within a maximum of 3 weeks from point of referral. Referrals are taken via a triage service (currently provided by Evolutio) from GPs and optometrists.
Referrals are passed by Evolutio to The Eye Academy. The service is aimed at conditions which do not require hospital services . Follow-ups are provided only where required, and there is typically a maximum of 1 follow-up for every first appointment/visit.
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: £1,008,912
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
two.2.4) Description of the procurement
NHS Frimley ICB ("the Commissioner") sought to commission Community Ophthalmology service covering the Frimley ICB geography - diagnosing and, where appropriate, treating specific ophthalmic conditions. It is intended to address conditions which do no require treatment in secondary care but does not include delivery of services which form part of the core GMS Primary Care Contract.
The service provision is for patients aged over 16, delivered in an outpatient setting; with expectation of appointments being made available within a maximum of 3 weeks from point of referral. Referrals are taken via a triage service (currently provided by Evolutio) from GPs and optometrists.
Referrals are passed by Evolutio to The Eye Academy. The service is aimed at conditions which do not require hospital services . Follow-ups are provided only where required, and there is typically a maximum of 1 follow-up for every first appointment/visit.
The Commissioner is directly awarding a contract to the existing provider The Eye Academy (Richmond) Ltd in accordance with the criteria outlined in Regulation (9) of the Health Care Services (Provider Selection Regime) Regulations 2023. The total value of the contract for the initial one-year contract term is £502,947.00. The full lifetime contract value (one year + optional one year extension) is £1,008,912. The one-year contract period will commence on the 1st August 2024.
This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.
two.2.5) Award criteria
Quality criterion - Name: The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard / Weighting: 100
Price - Weighting: 0
two.2.11) Information about options
Options: Yes
Description of options
Option to extend by up to 1 year
two.2.14) Additional information
Evidence that The Eye Academy (Richmond) have satisfied the existing 23/24 contract to a sufficient standard according to the detail outlined in the contract: they provided all of the required documentation, information and policies for the existing contract. They have followed the contractual service specification, not deviated from Frimley ICB Safeguarding requirements, charged the correct local prices as per the contract, issued invoices correctly in accordance with the Frimley ICB process, complied with Quality reporting requirements, and followed Schedule 6A reporting requirements. They have complied with/not fallen foul of the 23/24 NHS Standard Contract (Shorter Form) Service Conditions, including Service Conditions in relation to the following: service standards, co-operation, information requirements, safeguarding, payment terms and quality requirements. They have also complied with/not fallen foul of the 23/24 Shorter Form General Conditions, including those relating to: liability & indemnity, assignment & sub-contracting, and Information Governance. The new contracting arrangements are based on a rollover of the previous contracting arrangements/schedules which the provider has already satisfied/complied with to a high standard, and so the provider will highly likely to be able to satisfy the new contract to a sufficient standard
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 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. Representations by providers must be made to the relevant authority by 31st July 2024. This contract has not yet formally been 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: No
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
10 July 2024
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
The Eye Academy (Richmond) Ltd
RyeHurst Barn, Ryehurst Lane, Binfield
Bracknell
RG42 5QZ
Country
United Kingdom
NUTS code
- UKJ - South East (England)
Companies House
Companies House
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: £1,008,912
Total value of the contract/lot: £1,008,912
Section six. Complementary information
six.3) Additional information
This is a Provider Selection Regime (PSR) intention to award 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. The publication of this notice marks the start of the standstill period. Representations by providers must be made to decision makers by 31st July 2024. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
The Commissioner made the decision of directly awarding the incumbent provider The Eye Academy (Richmond) in accordance with the following five criteria outlined in Regulation (9) of the Health Care Services (Provider Selection Regime) Regulations 2023.
• Quality and innovation
• Value
• Integration, collaboration, and service sustainability
• Improving access, reducing health inequalities and facilitating choice
• Social value
It has been advised that The Eye Academy (Richmond) has the evidenced ability to deliver the activity required to meet service requirements within the required region and that can deliver to the tight timescale. A direct award to The Eye Academy (Richmond) would be appropriate and present the best value for the Commissioner in this circumstance.
No declared conflicts or potential conflicts of interest were identified during the decision-making process.
Representations should be sent to scwcsu.cbprocurement@nhs.net
six.4) Procedures for review
six.4.1) Review body
NHS Frimley ICB
Windsor
Country
United Kingdom