Tier 1 Ophthalmology Services for the Lancashire and South Cumbria ICB

Award

Value

£0

Classifications

  • Health services

Tags

  • award

Submission Deadline

1 year ago

Published

10 months ago

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.

Additional 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.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

NHS Workforce Alliance Framework Agreement for Insourced Services to support the provision of Healthcare Services by NHS and other public bodies (including Clinical Services)

North of England Commercial Procurement Collaborative, as the Authority on behalf of NHS Workforce Alliance are looking to establish a Framework Agreement for the Provision of Insourcing of Health Services for use by NHS organisations or their equivalent organisation in England, Wales (Healthcare Inspectorate Wales), Scotland (The Care Inspectorate) and Northern Ireland (Regulation and Quality Improvement Authority), and Central Government/Local Authority where applicable. <br/><br/>NHS Workforce Alliance partners include: <br/><br/>• NHS Commercial Solutions <br/>• East of England NHS Collaborative Procurement Hub <br/>• NHS London Procurement Partnership <br/>• NHS North of England Commercial Procurement Collaborative <br/>• Crown Commercial Service <br/><br/>The framework aims to deliver compliant and high quality patient focused healthcare by providing access to a wide variety of insourced service solutions in support of the delivery of the governments initiative to reduce waiting times for patients to wait no longer than 18 weeks from referral to treatment, and to deliver an extra 40,000 elective appointments per week. <br/><br/>Services are to be provided on trusts own premises, using trusts own equipment and facilities, typically utilising spare, out of hours, or spare capacity. This can be used in addition to the trusts existing provisions, with the intention to bolster service outputs and improve efficiency. <br/><br/>These insourced services are typically provided by medical or clinical providers who can provide the specialist capabilities required to deliver an end-to-end service, including clinical governance and oversight. <br/><br/>This Framework Agreement for ‘healthcare Services’ falls under The Health Care Services (Provider Selection Regime) Regulations 2023 “PSR2023”. This framework agreement and its operational features, including the re-opening of the framework agreement at intervals throughout the life of the framework, have been designed in line with The Health Care Services (Provider Selection Regime) Regulations 2023, with requirements aligned to the Key Criteria as set out under Regulation 5. <br/><br/>The framework agreement shall be awarded under two Lots: <br/><br/>Lot 1 – Insourced Clinical Services <br/>Lot 2 – Managed Service Provision <br/><br/>See ITT for full details

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete