Section one: Contracting authority
one.1) Name and addresses
South East London ICB
160 Tooley Street
LONDON
SE1 2TZ
Country
United Kingdom
Region code
UKI44 - Lewisham and Southwark
NHS Organisation Data Service
72Q
Internet address(es)
Main address
https://www.selondonics.org/icb
Buyer's address
https://www.selondonics.org/icb
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
SEL Minor Eye Care Services Including Ophthalmology Triage
Reference number
PRJ- 2125
two.1.2) Main CPV code
- 85121281 - Ophthalmologist services
two.1.3) Type of contract
Services
two.1.4) Short description
Contract for ophthalmology triage and optometry services within South East London covering a range of minor eye care conditions and post operative cataracts follow up.
This contract will be awarded to an existing provider (Primary Ophthalmic Solutions) following the direct award process C.
The approximate life time value of the contract is £14,917,000.00 (3 years with an option to extend for 2 more years.
Contract start date: 01 January 2025
Contract end date 31 December 2029
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: £14,917,000
two.2) Description
two.2.2) Additional CPV code(s)
- 85121281 - Ophthalmologist services
two.2.3) Place of performance
NUTS codes
- UKI44 - Lewisham and Southwark
two.2.4) Description of the procurement
The services include the Minor Eye Care Service (MECS) and the Optometrist Triage Service. These are provided under a Single Provider Contract model, which allows the ICB to use Primary Ophthalmic Solutions Limited to work with all optical practices in the area without having to manage individual contracts.
The aim of the Service is to manage as many patients as possible in the primary eye care setting and avoid unnecessary referrals to acute hospital services; thus ensuring patients access timely and appropriate care in their local community.
The Optometrist Triage Service ensures that all ophthalmology referrals are triaged and directed to the most appropriate setting, increasing utilisation of the community service (MECS) and reducing demand and pressure on secondary care. The Optometrist Triage Service also offers advice and guidance to GPs to support management of patients in primary care.
The MECS provides a timely and effective assessment of the needs of a patient presenting with an eye condition. The assessment is undertaken by an accredited optometrist within suitably equipped premises who will manage the patient appropriately and safely. Patients presenting with minor eye conditions are managed by the MECS.
Additional pathways provided by the MECS are:
• Optical Coherence Tomography (OCT)
• Cataract refinement
• Glaucoma refinement
• Paediatric Referral Refinement Scheme / Children's Vision Screening
• Post-op cataract
• Easy eye care pathway
• Optometrist Triage Service (OTS)
Rationale for awarding contract: Current provider of a well established and embedded SEL wide service, including a number of sub-contractors throughout the system. Service provided to a high standard with no concerns or issues.
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: 89
Price - 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 27.11.2024. 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: No
Section five. Award of contract
Title
SEL ICB_Primary Ophthalmic Solutions_MECS_2025
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
6 November 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
Primary Ophthalmic Solutions
Primary Ophthalmic Solutions 95 High Street
Beckenham
BR3 1AG
Country
United Kingdom
NUTS code
- UKI44 - Lewisham and Southwark
Companies House
10654683
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £14,917,000
Total value of the contract/lot: £14,917,000
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 27.11.2024. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
Representations can be sent to : hub.psrrepresentation@nhs.net
Award Decision makers: NHS Southeast London Integrated Care Board. The decision to award the contract was made on 06 November 2024 at the SEL ICB Executive Commitee.
key criteria selected (1) Quality and Innovation (2) Value (3) Integration, collaboration and service sustainability (4) Improving access, reducing health inequalities and facilitating choice (5) Social value.
Each of these criteria applied an equal weighting of 20% - Provider/ICB were able to show good evidence for the above criteria and provider was able to pass all of these.
six.4) Procedures for review
six.4.1) Review body
NHS South East London ICB
160 Tooley Street
London
SE1 2TZ
Country
United Kingdom