Section one: Contracting authority
one.1) Name and addresses
NHS Bedfordshire, Luton and Milton Keynes Integrated Care Board
Priory House, Monks Walk, Chicksands
Bedfordshire
SG17 5TQ
Contact
Stacey Thrower
Country
United Kingdom
Region code
UKH25 - Central Bedfordshire
Internet address(es)
Main address
https://www.bedfordshirelutonandmiltonkeynes.icb.nhs.uk/
Buyer's address
https://www.bedfordshirelutonandmiltonkeynes.icb.nhs.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://health-family.force.com/s/Welcome
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
Sight Testing in Special Education Settings in the East of England
Reference number
AG25526
two.1.2) Main CPV code
- 85160000 - Optician services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Arden & Greater East Midlands Commissioning Support Unit (AGCSU) on behalf of NHS Bedfordshire, Luton and Milton Keynes Integrated Care Board (ICB) (referred to as the Commissioner) wish to inform the market of opportunities (multiple lots) to provide Sight Testing in Special Education Settings in the East of England for the following Lots:
Lot 1- Bedfordshire, Luton And Milton Keynes ICB
Lot 2- Cambridgeshire And Peterborough ICB
Lot 3 - Hertfordshire And West Essex ICB (Hertfordshire only)
The contract length is 1 year with the option to extend for a further year. The service commencement date is 01 April 2026.
It is anticipated that the service provision resulting from the Competitive Process will have an annual value of £635,528.36, divided as below for Lots:
Lot 1- Bedfordshire, Luton And Milton Keynes ICB - circa £209,000 per annum (excluding VAT)
Lot 2- Cambridgeshire And Peterborough ICB - circa £204,000 per annum (excluding VAT)
Lot 3 - Hertfordshire And West Essex ICB – circa £222,528.36 per annum (excluding VAT)(Hertfordshire only)
Please note the deadline for responses is 12:00pm (Mid-Day) on 16 January 2026.
two.1.5) Estimated total value
Value excluding VAT: £1,271,056.72
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
C. Lot 1 - NHS Bedfordshire, Luton and Milton Keynes ICB
Lot No
1
two.2.2) Additional CPV code(s)
- 85160000 - Optician services
two.2.3) Place of performance
NUTS codes
- UKH21 - Luton
two.2.4) Description of the procurement
Lot 1 - NHS Bedfordshire, Luton and Milton Keynes ICB
Lot 1 covers the Bedfordshire, Luton and Milton Keynes ICBs geographical area. Please access to Documentation suite on the atamis e-tendering portal for further information.
Estimated annual value: circa £209,000 per annum (excluding VAT)
For details on the Special Education Settings and schools capacity, please access the Documentation suite on the atamis e-tendering portal for further information.
Contract Length: 1 year (+ 1 optional year extension)
The contract is expected to start on 01 April 2026.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £418,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2026
End date
31 March 2028
This contract is subject to renewal
Yes
Description of renewals
1 year contract with option for 1 year extension
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
1 year contract with option for 1 year extension
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) Description
two.2.1) Title
D. Lot 2 - NHS Cambridgeshire and Peterborough ICB
Lot No
2
two.2.2) Additional CPV code(s)
- 85160000 - Optician services
two.2.3) Place of performance
NUTS codes
- UKH12 - Cambridgeshire CC
two.2.4) Description of the procurement
Lot 2 - NHS Cambridgeshire And Peterborough ICB
Lot 2 covers the Cambridgeshire and Peterborough ICBs geographical area. Please access to Documentation suite on the atamis e-tendering portal for further information.
Estimated annual value: circa £204,000 per annum (excluding VAT)
For details on the Special Education Settings and schools capacity, please access the Documentation suite on the atamis e-tendering portal for further information.
Contract Length: 1 year (+ 1 optional year extension)
The contract is expected to start on 01 April 2026.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £408,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2026
End date
31 March 2028
This contract is subject to renewal
Yes
Description of renewals
1 year contract with option for 1 year extension
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
1 year contract with option for 1 year extension
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) Description
two.2.1) Title
E. Lot 3 - NHS Hertfordshire and West Essex ICB (Hertfordshire only)
Lot No
3
two.2.2) Additional CPV code(s)
- 85160000 - Optician services
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
two.2.4) Description of the procurement
Lot 3 - NHS Hertfordshire And West Essex ICB (Hertfordshire only)
Lot 3 covers the Hertfordshire geographical area. Please access to Documentation suite on the atamis e-tendering portal for further information.
Estimated annual value: circa £222,528.36 per annum (excluding VAT)
For details on the Special Education Settings and schools capacity, please access the Documentation suite on the atamis e-tendering portal for further information.
Contract Length: 1 year (+ 1 optional year extension)
The contract is expected to start on 01 April 2026.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £445,056.72
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2026
End date
31 March 2028
This contract is subject to renewal
Yes
Description of renewals
1 year contract with option for 1 year extension
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
1 year contract with option for 1 year extension
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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.2.2) Time limit for receipt of tenders or requests to participate
Date
16 January 2026
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
16 January 2026
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
This is a Provider Selection Regime (PSR) Contract 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 Procurement Act 2023 do not apply to this award.
This is a one stage Competitive Process under the Health Care Services (Provider Selection Regime) Regulations 2023.
The Contracting Authority will be using an eTendering system for this procurement exercise.
Further information and the ITT documentation can be found via the 'Live Opportunities' list on the e-tendering system at the following link:
https://atamis-1928.my.salesforce-sites.com/?SearchType=Projects
You can also register your interest via this page. You can search for the opportunity by entering the following contract reference: C404118 - Sight Testing in Special Education Settings in the East of England
The Basic Selection Criteria are scored on a combination of pass/fail and For Information Only. The award criteria for the Key Criteria Questions are as follows and these will be scored on a combination of a 0-5 scoring mechanism and pass/fail:
Key Criteria: Section 1: Quality & Innovation - 37%
Key Criteria: Section 2: Value - Pass/Fail
Key Criteria: Section 3: Integration, Collaboration and Service Sustainability - 42%
Key Criteria: Section 4: Improving Access, Reducing Health Inequalities and Facilitating Choice - 11%
Key Criteria: Section 5: Social Value - 10%
The evaluation stages are as follows:
Stage 1: Preliminary compliance review
Stage 2: Evaluation of the Basic Selection Criteria responses (Sections A – L). Offers that fail any of the required Pass/Fail questions will be disqualified and not considered further.
Stage 3: Evaluation of responses to the Key Criteria Questions (Sections 1 – 5)
Stage 3a: Moderation
Stage 3b: Clarification (if required, at Commissioners discretion)
Stage 3c: Moderation (if required)
Stage 4: Provider Notification of Evaluation Outcome Providers will be notified of the outcome via the AGCSU e-tendering portal.
Neither the publication of this notice nor the employment of any particular terminology nor any other indication shall be taken to mean that the Contracting Authority intends to hold itself bound by any of the Regulations.
Please see published Competitive Process procurement documentation for further details.
Please note the deadline for responses to the Competitive Process is 12:00pm (Mid-Day) on 16 January 2026.
six.4) Procedures for review
six.4.1) Review body
Independent patient choice and procurement panel
Wellington House
London
SE1 8UG
Country
United Kingdom