Section one: Contracting authority
one.1) Name and addresses
NHS North West London Integrated Care Board
15 Marylebone Rd,
London
NW1 5JD
Contact
Emma Aldridge
Country
United Kingdom
Region code
UKI32 - Westminster
Internet address(es)
Main address
https://www.nwlondonics.nhs.uk
Buyer's address
https://www.nwlondonics.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
Optometry Led Community Eye Care Service
Reference number
C190145
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
An integrated and collaborative Optometry Led Community Eye Care Service for patients within NWL, providing high quality eye care underpinned by effective, efficient care and excellent outcomes. It is intended that the service is to be provided for a period of 3 years plus 1 x 24 months optional extension, with an estimated starts date 1st October 2024.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85100000 - Health services
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKI7 - Outer London – West and North West
two.2.4) Description of the procurement
This is an Intention to Award - Transparency Notice,
following a PSR Competitive Process for an integrated
and collaborative Optometry Led Community Eye Care Service for patients within NWL, providing high quality eye care underpinned by effective, efficient care and excellent outcomes.
The approximate lifetime value of the contract is
£6,437,051 (NB - value is for the period of the 3 year
contract, and includes the 1 x 24 months period of the
optional extension.)
This is a new service model for NWL ICB, with a new Provider.
The service is to be mobilised in three phases, with three
go live dates, ranging from the end of October 2024 to
early February 2025
two.2.5) Award criteria
Price
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The Contract Award Criteria is based on the PSR basic selection criteria and the key selection criteria. The bidders were asked to complete a Selection & Eligibility Questionnaire, to enable the Relevant Authority to assess
Bids against the PSR basic selection criteria. All bids were evaluated in terms of suitability to perform the required services, economic and financial standing, and technical and professional ability. All Bids that met the basic selection criteria requirements were then evaluated in lines with the PSR key selection criteria, using the following weightings: Criterion 1 Assessing the evidence on quality and innovation
- 31.5%
Criterion 2 Assessing the evidence on Value
- 30%
Criterion 3 Assessing the evidence on integration, collaboration and Service sustainability
- 16%
Criterion 4 Assessing the evidence on improving access, reducing health inequalities, and facilitating choice
- 12.5%
Criterion 5 Assessing the evidence on social value
- 10%
The intention is to award a contract to Primary Eye Care Services Limited
Waulk Mill, Bengal Street, Manchester
M4 6LN
The contract has not yet been awarded nor signed. The relevant decision on the provider in question was made on Wednesday 4th September 2024.
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-006187
Section five. Award of contract
A contract/lot is awarded: No
five.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section six. Complementary information
six.3) Additional information
This is a Provider Selection Regime (PSR) Transparency 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 00:00 Friday 16th August 2024 This contract has not yet formally been awarded; this notice serves as an intention to award a
contract to Primary Eye Care Services for a period of 3 years plus 1 x 24 months optional extension, for Optometry Led Community Eye Care Services, under the competitive process of the PSR.
The award decision was reached through a process of individual evaluation and panel moderated evaluation. The evaluators included but were not limited to, subject matter experts in the following areas:
Optometry commissioning
Patient perspective
Equality & Diversity
Quality
IM&T - IT
Regional Optometry/London Eye Health Network
Medicines Management - Clinical (qualified Pharmacist)
Service operational - Borough representation
Consultant - Clinical representation
Optometry practice (practicing Optometrist)
GP Clinical - Clinical representation
All Evaluators were assessed for any
potential Conflict of Interest in relation to the procurement of the services. There were no conflicts declared, with the exception of one potential conflict declared by an individual who in a previous role as Senior Programme Lead: Optical Services Commissioning in the National Primary Care Team, NHS England, was invited, (along with 2 others), by the current Primary Eye Care Service Development Director, to develop the national CUES service specification in response to the pandemic. This work was initiated in
March 2020 and lasted for 3 weeks. There has been no contact between either individual since this work ended.
The non-conflicted members have assessed the nature and risk of this potential conflict. The decision was taken that the individual would continue his their role as evaluator, for this procurement process, with no specific limits or exclusions of involvement.
It was considered that appropriate and proportionate mitigation(s) were already in place within the procurement
process, details as follows;
1. This person is taking part in the evaluation of this procurement, along with multiple others. All their individual scores and comments are shared with
other evaluators, and are moderated along with other evaluators, at group moderation sessions, comprising of at least 3 other panel members.
2. This person attended evaluation training, presented by Procurement. The training included the importance of evaluators to maintain confidentiality throughout all aspects of process and, fair and equal treatment of all Bidders. The training also made clear that evaluators must not consider any previous experience and/or knowledge of a bidder.
Also, it was assessed that this type of prior contact between persons involved in the current procurement, was on a professional basis only, and is typical and is likely, to occur within the Optical sector and the NHS. The award decision was approved in accordance with the NWL ICB standing financial instructions by the Chief Financial Officer and Chief Executive Officer.
six.4) Procedures for review
six.4.1) Review body
NHS England
7&8 Wellington Place
Leeds
LS1 4AP
Country
United Kingdom