Planning

NHS Southport & Formby CCG and South Sefton CCG Optometry First (First Contact Practitioner) Services

  • NHS Midlands and Lancashire CSU
  • NHS South Sefton CCG

F01: Prior information notice (prior information only)

Notice identifier: 2021/S 000-023255

Procurement identifier (OCID): ocds-h6vhtk-02e24a

Published 17 September 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

NHS Midlands and Lancashire CSU

c/o NHS Southport & Formby CCG, Magdalen House, Trinity Road

Bootle

L20 3NJ

Email

mlcsu.tendersnorth@nhs.net

Telephone

+44 1513178456

Country

United Kingdom

NUTS code

UKD73 - Sefton

Internet address(es)

Main address

https://mlcsu.bravosolution.co.uk

Buyer's address

www.southportandformbyccg.nhs.uk

one.1) Name and addresses

NHS South Sefton CCG

Magdalen House, Trinity Road

Bootle

L20 3NJ

Email

mlcsu.tendersnorth@nhs.net

Telephone

+44 1513178456

Country

United Kingdom

NUTS code

UKD73 - Sefton

Internet address(es)

Main address

https://mlcsu.bravosolution.co.uk/

Buyer's address

www.southseftonccg.nhs.uk

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

Additional information can be obtained from the above-mentioned address

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

NHS Southport & Formby CCG and South Sefton CCG Optometry First (First Contact Practitioner) Services

Reference number

M-21-05

two.1.2) Main CPV code

  • 85160000 - Optician services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Midlands and Lancashire Commissioning Support Unit (MLCSU) is supporting NHS Southport & Formby CCG and South Sefton CCG who are the Contracting Authority for this opportunity. The CCGs are also working in partnership with NHS West Lancashire CCG and Southport & Ormskirk Hospitals NHS Trust.

The CCGs are looking to gain Expressions of Interest (EoIs) providers who could be interested in delivering an Optometry First (First Contact Practitioner) Service to patients in the CCG areas.

Any interested organisation needs to visit https://mlcsu.bravosolution.co.uk/ to complete a short questionnaire regarding delivery of the service in the CCG areas. This information will inform and assist the CCGs in forming their Commissioning Intentions for these services.

The potential contract will be valued at approximately £585,500 per year; and the contract duration will be for 3 years with the potential to extend for a further 1 x 1-year period.

two.1.5) Estimated total value

Value excluding VAT: £2,342,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85160000 - Optician services

two.2.3) Place of performance

NUTS codes
  • UKD73 - Sefton

two.2.4) Description of the procurement

The Authority is seeking expressions of interest for a Prime Contractor to manage a range of Optometry First (First Contact Practitioner) Services. The services are designed to provide safe, integrated, and sustainable system-wide clinical care pathways to support COVID-19 recovery and restoration and the prevention of avoidable visual impairment.

The Authority would welcome the opportunity for potential Providers to complete the Expressions of Interest, so the CCGs are able to ascertain the current provider market. This information will inform and assist the CCGs in forming their Commissioning Intentions for Optometry First Services.

The CCGs will look to commission as a minimum the following services:

Service - Commissioning CCG - Approx. Annual Value

COVID 19 Urgent Eye Care Service (CUES) - Sefton CCGs - £91,000

Pre-Cataract Assessment Service - Sefton CCGs - £70,900

* Post-Operative Cataract Assessment Service - Sefton CCGs - £18,600

Glaucoma Repeat Reading - Sefton CCGs - £3,300

* Glaucoma Enhanced Referral - Sefton CCGs - £19,200

* Glaucoma Monitoring Service - Sefton CCGs - £45,800

Total - £248,800

Other services in the above list will be commissioned subject to the CCGs’ Commissioning Intentions:

Service - Commissioning CCG - Approx. Annual Value

Age-related macular degeneration (AMD) Referral Filtering and Monitoring Service - Sefton CCGs - £142,300

Minor Eye Conditions Service (MECS) - Sefton CCGs - £177,300

* Post-Operative Cataract Assessment Service - West Lancs CCG - £17,100

TOTAL - £336,700

* Annual contract value is an average across the 4 years and is expected to be lower in the earlier years.

The Contracting Authority are only seeking expressions of interest from Providers who are genuinely capable and attracted to this potential opportunity. Please only express an interest if you have the relevant authority to do so on behalf of your Provider.

two.3) Estimated date of publication of contract notice

17 September 2021


Section four. Procedure

four.1) Description

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

The procurement is covered by the Government Procurement Agreement: No


Section six. Complementary information

six.3) Additional information

This procurement is for Social and other specific services which are Light Touch Regime services for the purpose of the Public Contracts Regulations 2015 as specified in Schedule 3 of the Regulations (‘Regulations’) http://www.legislation.gov.uk/uksi/2015/102/schedule/3/made

Accordingly, the Contracting Authority is only bound by those parts of the Regulations detailed in Chapter 3 Particular Procurement Regimes Section 7 http://www.legislation.gov.uk/uksi/2015/102/part/2/chapter/3/made

The Contracting Authority is not voluntarily following any other part of the Regulations.

The procedure which the Contracting Authority is following is set out in the procurement documents.

As the CCG is a relevant body for the purpose of the National Health Service (Procurement, Patient Choice and Competition) (No 2) Regulations 2013 these Regulations also apply to this procurement.

Right to Cancel: The Contracting Authority reserves the right to discontinue the procurement process at any time, which shall include the right not to award a contract or contracts and does not bind itself to accept the lowest tender, or any tender received, and reserves the right to award a contract in part, or to call for new tenders should it consider this necessary.

The Contracting Authority shall not be liable for any costs or expenses incurred by any candidate or tenderer in connection with the completion and return of the information requested in this Contract Notice, or in the completion or submission of any tender, irrespective of the outcome of the competition or if the competition is cancelled or postponed.

All dates, time periods and values specified in this notice are provisional and the Contracting Authority reserves the right to change these.

Transparency: The Contracting Authority is subject to the Freedom of Information Act 2000 (FOIA) and the Environmental Information Regulations 2004 (EIR) and may be required to disclose information received in the course of this procurement under FOIA or the EIR.

In addition, and in accordance with the UK Government's policies on transparency, the contracting authority intends to publish procurement documentation and the text of any resulting contractual arrangements, subject to possible redactions at the discretion of the Contracting Authority.

Any redactions, whether in relation to information requests under FOIA, the EIR or policies on transparency will be in accordance with those grounds prescribed under the Freedom of Information Act. If and when this requirement is offered to tender, this will be done via electronic means using the internet. Midlands and Lancashire CSU is conducting this procurement exercise as a central purchasing body for another NHS body with whom the successful bidder(s) will enter into contracts for the supply of the services.

Any other public-sector body detailed within this notice, wishing to access the contract may do so only with permission from the contracting NHS body.

Further details will be made available via documentation and information released during the tender process.