Section one: Contracting authority
one.1) Name and addresses
STAFFORDSHIRE AND LANCASHIRE COMMISSIONING SUPPORT UNIT
Heron House
Stoke on Trent
ST4 4LG
Contact
NHS Midlands and Lancashire CSU
Country
United Kingdom
Region code
UKD4 - Lancashire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.lancashireandsouthcumbria.icb.nhs.uk/
one.1) Name and addresses
NHS Lancashire and South Cumbria ICB
Preston
Country
United Kingdom
Region code
UKD - North West (England)
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.lancashireandsouthcumbria.icb.nhs.uk/
one.2) Information about joint procurement
The contract involves joint procurement
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
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
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
Tier 1 Ophthalmology Services for the Lancashire and South Cumbria ICB
Reference number
WHISP - 130
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
Tier 1 Ophthalmology Services for the Lancashire and South Cumbria Integrated Care Board
two.1.5) Estimated total value
Value excluding VAT: £16,305,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
Main site or place of performance
Various sites within the Lancashire and South Cumbria ICB footprint
two.2.4) Description of the procurement
NHS Midlands and Lancashire CSU is working on behalf of NHS Lancashire and South Cumbria ICB for the procurement of a Tier 1 Ophthalmology Service.
Lancashire and South Cumbria ICB currently commission a range of primary eye care services via a range of different of providers which is delivered in all areas. These services
were established through individual contracts between existing providers and the former CCGs. West Lancashire currently do not have a Tier 1 Ophthalmology service commissioned within their geography so this will be an additional provision.
A standardised model of Tier 1 ophthalmology provision has been designed in collaboration with clinical colleagues across Lancashire and South Cumbria. The aim is to take lessons
learnt from the most successful models and work in alignment with national programmes to optimise our service provision, by regulating eyecare across Lancashire and South Cumbria,
reducing health inequalities and increasing care provision and access.
The model will improve integration through collaborative partnerships between primary care optical practices and Hospital Eye Services. The aim is to provide safe, effective pathways of care with improved patient flow, via evidence-based pathways. This will improve access for patient care, deliver care closer to home and overall provide an excellent patient experience whilst delivering a cost-effective service.
As part of this procurement process, the authority is intending to identify one provider to deliver a Tier 1 Ophthalmology Service across the whole Lancashire and South Cumbria ICB.
The contract will be for 3 years starting from 1 April 2024 with a possible 2-year extension.
The estimated contract value per annum is £3,261,000. It is estimated that there will be 1% growth year on year.
The ICB has set an affordability threshold for the Procurement and reserves the right not to consider Bids that are unaffordable and above the affordability envelope of the project, or in the absence of an affordability envelope, the Find a Tender Service (FTS) notice value.
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: £16,305,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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: No
two.2.14) Additional information
This contract is for clinical 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'). Accordingly, the contracting authority is only bound by those parts of the Regulations detailed in Chapter 3 Particular Procurement Regimes Section 7. The contracting authority is not voluntarily following any other part of the regulations.
Right to Cancel: The Contracting Authority reserves the right to discontinue the process at any time, which shall include the right not to award a contract or contracts. This is not a call for tenders and the Contracting Authority does not bind itself to accept any tender received and reserves the right to award a contract in part, or to call for tenders should as consider 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 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 during 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.
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
25 September 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 1 April 2024
four.2.7) Conditions for opening of tenders
Date
25 September 2023
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
NHS Lancashire and South Cumbria ICB
Preston
Country
United Kingdom