Contract award notice

Information

Published

Date of dispatch of this notice: 16/07/2020

External Reference: 2020-510932

TED Reference: 2020/S 139-343641

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

NHS South Warwickshire CCG
Westgate House, Market St
Warwick
CV34 4DE
UK
Internet address(es):
Address of the buyer profile: https://www.southwarwickshireccg.nhs.uk/

I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Health

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Community Ophthalmology Service (South Warwickshire CCG)
II.1.2)

Main CPV code

85100000  -  Health services
II.1.3)

Type of contract

Services
II.1.4)

Short description

NHS South Warwickshire CCG has undertaken a procurement for the provision of a
Community Ophthalmology Service.
The contract duration is 3 years (36 months) with an option to extend for a further 2 years
(24 months).
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  3332777.00  GBP
II.2)

Description

II.2.2)

Additional CPV code(s)

85100000  -  Health services
II.2.4)

Description of the procurement

The CCG have commissioned a community-based ophthalmology service for patients registered with a South Warwickshire GP who present with:
• defined acute eye conditions
• defined chronic conditions
Patients will be directly referred to this service for triage and where possible, patients will be assessed and provided with the appropriate treatment/advice in a single visit. Referrals will be accepted from a South Warwickshire GP, optometrist, A&E Department, Eye Casualty or 111. (Triage tool to be agreed with the commissioner.)
The service will comprise of three main tiers, which are covered within the service specification, but can be delivered by multiple organisations with partnership or subcontracting arrangements, or by a single provider for all tiers.
Providers are responsible for coordinating partnership or sub-contracting arrangements
between themselves. Service delivery needs to be integrated and seamlessly delivered to
patients.
Reporting needs to be coordinated and presented centrally as per reporting requirements set out in the NHS standard contract section 6.
The service will have a suitable level of clinical delivery, supervision and leadership, and will be consultant-led. This means a consultant will be accountable for the delivery of the service, available and contactable when necessary and will retain overall responsibility while the service is open.
All new referrals will be triaged by appropriately skilled clinicians (in the view of the lead
consultant) who will signpost the patient to the most appropriate service or pathway for
treatment. This triage function will also be consultant led and therefore by definition, the
consultant will have oversight and be accountable for the safe and accurate delivery of all
aspects of the service.
The provider will work to best practice as published nationally, including, but not limited to, the development of schemes set out by NHSE Elective Care Transformation Programme and other guidance published during the contract term:
1. The development, implementation and management of a standardised cataract referral
forms;
2. The triage of Glaucoma referrals onto the correct care pathway (dependent upon complexity);
3. Implementation of a patient education programme with supporting patient decision aids;
4. Liaison and support to upskill community optometrists optimising diagnostic and referral
quality.
These service developments will be established and implemented during the course of the contract and will be detailed with applicable timescales within the NHS Standard Contract Particulars Section 6d; Service Development Improvement Plan (SDIP).
The provider is expected to continually work with the commissioner to further develop and
improve the service in line with shifting demand.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Technical  /  Weighting:  60%
Price  -  Weighting:  40%
II.2.11)

Information about options

Options: yes
Description of options:
3 years with an option to extend for a further 2 years, at the Commissioner's discretion.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2019/S 049-112734
IV.2.9)

Information about termination of call for competition in the form of a prior information notice

The contracting authority will not award any further contracts based on the above prior information notice

Section V: Award of contract

Contract No: 1

Title: Ophthalmology

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

01/09/2019
V.2.2)

Information about tenders

Number of tenders received:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Community Health & Eyecare Ltd
2a Essex Avenue, Didsbury
Manchester
M20 6AN
UK

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  3332777.00  GBP

Section VI: Complementary information

VI.3)

Additional information

NHS Arden & GEM CSU managed this Procurement in accordance with the Public Contracts Regulations 2015 (as amended) (the 'Regulations'). The Services procured were Schedule 3 Services and NHS Arden & GEM CSU and the Commissioner it represents are bound only by those parts of the Regulations applying to the procurement of these services commonly referred to as the Light Touch Regime (LTR).
VI.4)

Procedures for review

VI.4.1)

Review body

NHS South Warwickshire CCG
Warwick
UK

VI.4.2)

Body responsible for mediation procedures

NHS South Warwickshire CCG
Warwick
UK

VI.4.4)

Service from which information about the review procedure may be obtained

NHS South Warwickshire CCG
Warwick
UK