Section one: Contracting authority
one.1) Name and addresses
BIRMINGHAM CITY COUNCIL
Council House, Victoria Square
Birmingham
B1 1BB
Contact
Corporate Procurement Services
Country
United Kingdom
Region code
UKG31 - Birmingham
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
www.in-tendhost.co.uk/birminghamcc
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Vision Screening Services
Reference number
P0898
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
Vision Screening: Screening for reduced vision in children aged 4 to 5 years undertaken to detect amblyopia (a form of abnormal vision system development).
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: £1,233,709
two.2) Description
two.2.2) Additional CPV code(s)
- 85121281 - Ophthalmologist services
- 85121291 - Paediatric services
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
two.2.4) Description of the procurement
Birmingham City Council wishes to follow the Direct Award Process C to award contracts to the 3 existing providers of vision screening services whose contracts ended in August 2024.
Vision screening is an integral part of the universal delivery of the national Healthy Child Programme 0-19 years, and meets the description laid down by the National Screening Committee, which recommends that all children should be screened for visual impairment between four and five years of age.
The contracts with each Provider will be for a four-year period commencing September 2024 for a total value of £1,233,709.
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%
Cost criterion - Name: Value / Weighting: 0%
two.2.11) Information about options
Options: No
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 17th September 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: Yes
four.2) Administrative information
four.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
Section five. Award of contract
Contract No
P0898
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
25 June 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
University Hospitals Birmingham NHS Foundation Trust
Queen Elizabeth Hospital Birmingham, Mindelsohn Way, Edgbaston
Birmingham
B15 2GW
Country
United Kingdom
NUTS code
- UKG - West Midlands (England)
Companies House
548640556
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: £396,458
Total value of the contract/lot: £1,233,709
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
25 June 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
Birmingham Community Healthcare NHS Trust Trust Headquarters
3 Priestley Wharf Holt Street Birmingham Science Park ,Aston
Birmingham
B7 4BN
Country
United Kingdom
NUTS code
- UKG - West Midlands (England)
Justification for not providing organisation identifier
Not on any register
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £621,589
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
25 June 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
Sandwell and West Birmingham NHS Trust
Trinity House Sandwell General Hospital West Bromwich
Birmingham
B71 4HJ
Country
United Kingdom
NUTS code
- UKG - West Midlands (England)
Justification for not providing organisation identifier
Not on any register
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £215,662
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 17th September 2024. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
Written representations should be sent to cps@birmingham.gov.uk
Decision Makers:
Director of Public Health in consultation with the Interim Director Procurement, Director of Finance (& Section 151 Officer) (or their delegate) and the City Solicitor & Monitoring Officer.
The existing providers are satisfying the original contract and are likely to satisfy the proposed contract to a sufficient standard taking into account the key criteria as follows:
(a) Quality and innovation. There are 5 Programme Standards included in the service specification for each provider to meet and they are managed as Key Performance Indicators.
i) Identify the population, ensure coverage
ii) Maximise performance of the screening test
iii) Maximise reporting of results
iv) Ensure timely entry into care pathway for diagnostic assessments
v) Reduce the incidence of false positive outcome.
All providers have continued to meet the Programme Standards. The Standards will continue to be reviewed against the national specification expectations and if required, will be updated.
(b) Value. Through these contracts BCC achieves good value in terms of the balance of costs, overall benefits and financial implications.
(c) Integration, collaboration and service sustainability. The screening programme is dependent on effective working relationships (formal and informal) between the screening programme, ophthalmology departments, community orthoptic services, local educational services, optometric services, and primary care professionals, including school nursing/healthy child services, optical practices and GPs.
The responsible care provider is identified at all times, including during and after handover of care. The Providers are expected to fully contribute to ensuring that cross boundary systems are in place to maintain the quality and safety of the entire screening pathway.
(d) Improving access. The providers are expected to ensure fair access to screening and referral to subsequent diagnostic testing. This is delivered through approaches such as the design of the service, to ensure that there are no obstacles to access on the grounds of the 9 protected characteristics as defined in the Equality Act 2010.
(e) Social value.
Social value commitments have been obtained from all 3 providers. These will form part of the new contract and will be monitored throughout the contract duration
six.4) Procedures for review
six.4.1) Review body
High Court of Justice
Royal Courts of Justice, Strand
London
WC2A 2LL
Country
United Kingdom