Section one: Contracting authority
one.1) Name and addresses
NHS South East London Integrated Care Board
160 TOOLEY STREET
LONDON
SE1 2TZ
Contact
Joyel Shaju
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
Community Dermatology Service Lewisham
Reference number
PRJ2068
two.1.2) Main CPV code
- 85121282 - Dermatology services
two.1.3) Type of contract
Services
two.1.4) Short description
PRJ2068 - Community Dermatology Service Lewisham
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: £1,749,163
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI44 - Lewisham and Southwark
two.2.4) Description of the procurement
This notice relates to the Authority's procurement of Community Dermatology Service Lewisham
This is a re-procurements of an existing service.
This notice is an intention to award a contract under the The Health Care Services (Provider Selection Regime) Regulations 2023. The completed procurement route is "The Competitive
Process" which falls under Part 2, Regulation 11 of the Provider Selection Regime. The chosen route of the Competitive Process meant that there was no separate selection stage, i.e., the opportunity was open to the whole market.
The lifetime value of the contract is to be £1,749,163, at £349,833 per annum.
Initial 3 years - £1,049,499
Additional 2 years - £699,666
The contract term will be 3 years with the option to extend for a further 2 years at the sole discretion of the Authority.
The contract will start on 01/04/2025 and therefore have an initial end date of the 31/03/2028, if the optional extension is utilised the contract end date will be 31/03/2030.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 85
Price - Weighting: 15
two.2.11) Information about options
Options: Yes
Description of options
The contract term will be 3 years with the option to extend for a further 2 years at the sole discretion of the Authority.
The contract will start on 01/04/2025 and therefore have an initial end date of the 31/03/2028, if the optional extension is utilised the contract end date will be 31/03/2030.
two.2.14) 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 the relevant authority by midnight on 10th December 2024.
This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR. Written representations should be sent to hub.psrrepresentation@nhs.net
Decision-Makers:
Lewisham Senior Management Team
Lewisham Care Partnership Strategic Board
Relative Importance of the Key Criteria:
Quality & Innovation - 25%
Value - 15%
Integration, Collaboration & Service Sustainability - 46.50%
Improving Access, Reducing Health Inequalities & Facilitating Choice - 8.50%
Social Value - 5%
A cross-functional team were involved in delivering this project. The Authority set out to receive responses from suitably qualified and experienced healthcare providers with the necessary capacity and capability (or a demonstrable ability to provide the necessary capacity and capability) to provide the range of services as set out in the Specification in a safe and effective manner.
The Selection Questionnaire (SQ) was based on the standard Cabinet Office document, with the ITT Questionnaire being comprised of a detailed scoring methodology, the weighting criteria was published within the ITT documentation in accordance with procurement regulations.
Further information is provided in the associated procurement documents on the Atamis portal: https://atamis-1928.my.site.com/s/Welcome
Rationale for Provider Selection:
The Exclusions and Basic Selection Criteria responses were evaluated first, any bidder who failed the Selection Questionnaire would not progress further in the procurement process and would be disqualified. All Providers passed the Selection Questionnaire progressed in the procurement and had their ITT Questionnaires scored.
Based on the outcome of the evaluation and in line with the criteria stipulated by the Authority within the ITT documentation, it was recommended that the contract be awarded to the Preferred Bidder. The Preferred Bidder being the Bidder that offers the most economically advantageous tender (MEAT), i.e. achieves the highest combined score.
Conflicts of Interest:
To safeguard against potential conflicts of interest influencing the procurement process and evaluations, all panel members signed conflict of interest declarations and non-disclosure agreements. Project members and evaluators were informed of their role and the importance of the confidential nature of this procurement. No material conflicts were declared.
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 000-026223
Section five. Award of contract
Contract No
PRJ2068
Title
Community Dermatology Service Lewisham
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
25 November 2024
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Community Health & Eyecare Limited (CHEC)
1-6 Star Building, Caxton Road, Fulwood
Preston
PR2 9BS
Country
United Kingdom
NUTS code
- UKD4 - Lancashire
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)
Initial estimated total value of the contract/lot: £1,749,163
Total value of the contract/lot: £1,749,163
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 the relevant authority by midnight on 10th December 2024.
This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR. Written representations should be sent to hub.psrrepresentation@nhs.net
Decision-Makers:
Lewisham Senior Management Team
Lewisham Care Partnership Strategic Board
Relative Importance of the Key Criteria:
Quality & Innovation - 25%
Value - 15%
Integration, Collaboration & Service Sustainability - 46.50%
Improving Access, Reducing Health Inequalities & Facilitating Choice - 8.50%
Social Value - 5%
A cross-functional team were involved in delivering this project. The Authority set out to receive responses from suitably qualified and experienced healthcare providers with the necessary capacity and capability (or a demonstrable ability to provide the necessary capacity and capability) to provide the range of services as set out in the Specification in a safe and effective manner.
The Selection Questionnaire (SQ) was based on the standard Cabinet Office document, with the ITT Questionnaire being comprised of a detailed scoring methodology, the weighting criteria was published within the ITT documentation in accordance with procurement regulations.
Further information is provided in the associated procurement documents on the Atamis portal: https://atamis-1928.my.site.com/s/Welcome
Rationale for Provider Selection:
The Exclusions and Basic Selection Criteria responses were evaluated first, any bidder who failed the Selection Questionnaire would not progress further in the procurement process and would be disqualified. All Providers passed the Selection Questionnaire progressed in the procurement and had their ITT Questionnaires scored.
Based on the outcome of the evaluation and in line with the criteria stipulated by the Authority within the ITT documentation, it was recommended that the contract be awarded to the Preferred Bidder. The Preferred Bidder being the Bidder that offers the most economically advantageous tender (MEAT), i.e. achieves the highest combined score.
Conflicts of Interest:
To safeguard against potential conflicts of interest influencing the procurement process and evaluations, all panel members signed conflict of interest declarations and non-disclosure agreements. Project members and evaluators were informed of their role and the importance of the confidential nature of this procurement. No material conflicts were declared.
six.4) Procedures for review
six.4.1) Review body
NHS South East London Integrated Care Board
160 TOOLEY STREET
LONDON
SE1 2TZ
Country
United Kingdom