Tier 1 Ophthalmology Services for the Lancashire and South Cumbria ICB

A Contract Award Notice
by STAFFORDSHIRE AND LANCASHIRE COMMISSIONING SUPPORT UNIT

Source
Contracts Finder
Type
Contract (Services)
Duration
5 year
Value
£16M
Sector
HEALTH
Published
21 Aug 2024
Delivery
01 Oct 2024 to 30 Sep 2029
Deadline
25 Sep 2023 11:00

Concepts

Location

Geochart for 1 buyers and 1 suppliers

1 buyer

1 supplier

Description

NHS Midlands and Lancashire CSU is working on behalf of NHS Lancashire and South Cumbria ICB for the award of a Tier 1 Ophthalmology Service. Lancashire and South Cumbria ICB currently commission a range of primary eye care services via a range of different of providers which is delivered in all areas. These services were established through individual contracts between existing providers and the former CCGs. West Lancashire currently do not have a Tier 1 Ophthalmology service commissioned within their geography so this will be an additional provision. A standardised model of Tier 1 ophthalmology provision has been designed in collaboration with clinical colleagues across Lancashire and South Cumbria. The aim is to take lessons learnt from the most successful models and work in alignment with national programmes to optimise our service provision, by regulating eyecare across Lancashire and South Cumbria, reducing health inequalities and increasing care provision and access. The model will improve integration through collaborative partnerships between primary care optical practices and Hospital Eye Services. The aim is to provide safe, effective pathways of care with improved patient flow, via evidence-based pathways. This will improve access for patient care, deliver care closer to home and overall provide an excellent patient experience whilst delivering a cost-effective service. As part of this procurement process, the authority is intending to identify one provider to deliver a Tier 1 Ophthalmology Service across the whole Lancashire and South Cumbria ICB. The contract will be for 3 years starting from 1 April 2024 with a possible 2-year extension. The estimated contract value per annum is £3,261,000. It is estimated that there will be 1% growth year on year. The ICB has set an affordability threshold for the Procurement and reserves the right not to consider Bids that are unaffordable and above the affordability envelope of the project, or in in absence of an affordability envelope, the Find a Tender Service (FTS) notice value.

Award Detail

1 Primary Eyecare Services (Manchester)
  • Value: £16,305,000

CPV Codes

  • 85100000 - Health services

Indicators

  • Contract is suitable for SMEs.

Other Information

This contract is for clinical services which are light touch regime services for the purpose of the Public Contracts Regulations 2015 as specified in Schedule 3 of the Regulations ('Regulations'). Accordingly, the contracting authority is only bound by those parts of the Regulations detailed in Chapter 3 Particular Procurement Regimes Section 7. The contracting authority is not voluntarily following any other part of the regulations. Right to Cancel: The Contracting Authority reserves the right to discontinue the process at any time, which shall include the right not to award a contract or contracts. This is not a call for tenders and the Contracting Authority does not bind itself to accept any tender received and reserves the right to award a contract in part, or to call for tenders should as consider necessary. The Contracting Authority shall not be liable for any costs or expenses incurred by any candidate or tenderer in connection with the completion and return of the information requested in this notice, or in the completion or submission of any tender, irrespective of the outcome of the competition or if the competition is cancelled or postponed. All dates, time periods and values specified in this notice are provisional and the Contracting Authority reserves the right to change these. Transparency: The Contracting Authority is subject to the Freedom of Information Act 2000 (FOIA) and the Environmental Information Regulations 2004 (EIR) and may be required to disclose information received during this procurement under FOIA or the EIR. In addition, and in accordance with the UK Government's policies on transparency, the contracting authority intends to publish procurement documentation and the text of any resulting contractual arrangements, subject to possible redactions at the discretion of the Contracting Authority. Any redactions, whether in relation to information requests under FOIA, the EIR or policies on transparency will be in accordance with those grounds prescribed under the Freedom of Information Act.

Reference

Domains