Section one: Contracting authority
one.1) Name and addresses
NHS Frimley Integrated Care Board
Windsor
Country
United Kingdom
Region code
UKJ - South East (England)
NHS Organisation Data Service
D4U1Y
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
Further Competition for Prescribing Decision Support Software
Reference number
C311603 / WA17308
two.1.2) Main CPV code
- 72210000 - Programming services of packaged software products
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Frimley Integrated Care Board (the Commissioner) was seeking to procure Prescribing Decision Support Software services, in line with the specified requirements.
This procurement was undertaken as a further competition against the Shared Business Services - Medicines Optimisation Prescribing Decision Support Systems 3 Framework - Lot 1 - Medicine Optimisation System.
The highest scoring provider is Optum Health Solutions (UK) Ltd.
The contract period is 1st April 2025 to 31st March 2028 for 3 years (option to extend for 2 years (to 31st March 2030)).
The total contract value for this procurement is £855,400.7 excluding VAT for the life of the contract (including extensions).
This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.
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: £855,400.7
two.2) Description
two.2.2) Additional CPV code(s)
- 72212000 - Programming services of application software
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
two.2.4) Description of the procurement
NHS Frimley Integrated Care Board (the Commissioner) was seeking to procure Prescribing Decision Support Software services, in line with the specified requirements.
This procurement was undertaken as a further competition against the Shared Business Services - Medicines Optimisation Prescribing Decision Support Systems 3 Framework - Lot 1 - Medicine Optimisation System.
The highest scoring provider is Optum Health Solutions (UK) Ltd.
The contract period is 1st April 2025 to 31st March 2028 for 3 years (option to extend for 2 years (to 31st March 2030)).
The total contract value for this procurement is £855,400.7 excluding VAT for the life of the contract (including extensions).
This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.
two.2.14) Additional information
The services are non-healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but are instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).
Section four. Procedure
four.1) Description
four.1.1) Form 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:
Further Competition against the Shared Business Services - Medicines Optimisation Prescribing Decision Support Systems 3 Framework - Lot 1 - Medicine Optimisation System.
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
1 April 2025
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received by electronic means: 3
five.2.3) Name and address of the contractor
Optum Health Solutions (UK) Ltd
London
Country
United Kingdom
NUTS code
- UKI - London
Companies House
08630286
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £855,400.7
Section six. Complementary information
six.3) Additional information
The services are non-healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but are instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).
The tendering process has been conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority ran a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or the Treaty on the Functioning of the European Union or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services.
Bidders were notified of a contract award decision and the Contracting Authority voluntarily observed the award decision notices provisions and held a 10-day standstill period in accordance with the Public Contracts Regulations 2015 ('Regulations'). At the start of the voluntary standstill period, a Contract award notification letter was sent to each Bidder in accordance with Regulation 86 of the Regulations.
The Regulations provide that aggrieved parties are to take action in the High Court (England and Wales).