Contract

Vision Screening Services

  • BIRMINGHAM CITY COUNCIL

F03: Contract award notice

Notice identifier: 2024/S 000-028474

Procurement identifier (OCID): ocds-h6vhtk-049873

Published 5 September 2024, 3:56pm



Section one: Contracting authority

one.1) Name and addresses

BIRMINGHAM CITY COUNCIL

Council House, Victoria Square

Birmingham

B1 1BB

Contact

Corporate Procurement Services

Email

cps@birmingham.gov.uk

Country

United Kingdom

Region code

UKG31 - Birmingham

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.birmingham.gov.uk

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