Vision Screening Services
A Contract Award Notice
by BIRMINGHAM CITY COUNCIL
- Source
- Find a Tender
- Type
- Contract (Services)
- Duration
- not specified
- Value
- £216K-£1M
- Sector
- HEALTH
- Published
- 05 Sep 2024
- Delivery
- not specified
- Deadline
- n/a
Concepts
Location
West Midlands England:
1 buyer
- Birmingham City Council Birmingham
3 suppliers
- University Hospitals Birmingham NHS Trust Birmingham
- Birmingham Community Healthcare NHS Trust Trust Headquarters Birmingham
- Sandwell & West Birmingham NHS Trust Birmingham
Description
Vision Screening: Screening for reduced vision in children aged 4 to 5 years undertaken to detect amblyopia (a form of abnormal vision system development).
Total Quantity or Scope
Birmingham City Council wishes to follow the Direct Award Process C to award contracts to the 3 existing providers of vision screening services whose contracts ended in August 2024. Vision screening is an integral part of the universal delivery of the national Healthy Child Programme 0-19 years, and meets the description laid down by the National Screening Committee, which recommends that all children should be screened for visual impairment between four and five years of age. The contracts with each Provider will be for a four-year period commencing September 2024 for a total value of £1,233,709.
Award Detail
1 | University Hospitals Birmingham NHS Trust (Birmingham)
|
2 | Birmingham Community Healthcare NHS Trust Trust Headquarters (Birmingham)
|
3 | Sandwell & West Birmingham NHS Trust (Birmingham)
|
Award Criteria
the existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard | 100% |
Value | 0% |
CPV Codes
- 85100000 - Health services
- 85121281 - Ophthalmologist services
- 85121291 - Paediatric services
Legal Justification
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 17th September 2024. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR
Other Information
** PREVIEW NOTICE, please check Find a Tender for full details. ** 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 decision makers by 17th September 2024. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR. Written representations should be sent to cps@birmingham.gov.uk Decision Makers: Director of Public Health in consultation with the Interim Director Procurement, Director of Finance (& Section 151 Officer) (or their delegate) and the City Solicitor & Monitoring Officer. The existing providers are satisfying the original contract and are likely to satisfy the proposed contract to a sufficient standard taking into account the key criteria as follows: (a) Quality and innovation. There are 5 Programme Standards included in the service specification for each provider to meet and they are managed as Key Performance Indicators. i) Identify the population, ensure coverage ii) Maximise performance of the screening test iii) Maximise reporting of results iv) Ensure timely entry into care pathway for diagnostic assessments v) Reduce the incidence of false positive outcome. All providers have continued to meet the Programme Standards. The Standards will continue to be reviewed against the national specification expectations and if required, will be updated. (b) Value. Through these contracts BCC achieves good value in terms of the balance of costs, overall benefits and financial implications. (c) Integration, collaboration and service sustainability. The screening programme is dependent on effective working relationships (formal and informal) between the screening programme, ophthalmology departments, community orthoptic services, local educational services, optometric services, and primary care professionals, including school nursing/healthy child services, optical practices and GPs. The responsible care provider is identified at all times, including during and after handover of care. The Providers are expected to fully contribute to ensuring that cross boundary systems are in place to maintain the quality and safety of the entire screening pathway. (d) Improving access. The providers are expected to ensure fair access to screening and referral to subsequent diagnostic testing. This is delivered through approaches such as the design of the service, to ensure that there are no obstacles to access on the grounds of the 9 protected characteristics as defined in the Equality Act 2010. (e) Social value. Social value commitments have been obtained from all 3 providers. These will form part of the new contract and will be monitored throughout the contract duration
Reference
- ocds-h6vhtk-049873
- FTS 028474-2024