Notice Information
Notice Title
Community Dermatology Service Lewisham
Notice Description
PRJ2068 - Community Dermatology Service Lewisham
Lot Information
Lot 1
This notice relates to the Authority's procurement of Community Dermatology Service Lewisham This is a re-procurements of an existing service. This notice is an intention to award a contract under the The Health Care Services (Provider Selection Regime) Regulations 2023. The completed procurement route is "The Competitive Process" which falls under Part 2, Regulation 11 of the Provider Selection Regime. The chosen route of the Competitive Process meant that there was no separate selection stage, i.e., the opportunity was open to the whole market. The lifetime value of the contract is to be PS1,749,163, at PS349,833 per annum. Initial 3 years - PS1,049,499 Additional 2 years - PS699,666 The contract term will be 3 years with the option to extend for a further 2 years at the sole discretion of the Authority. The contract will start on 01/04/2025 and therefore have an initial end date of the 31/03/2028, if the optional extension is utilised the contract end date will be 31/03/2030. Additional information: 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 midnight on 10th December 2024. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR. Written representations should be sent to hub.psrrepresentation@nhs.net Decision-Makers: Lewisham Senior Management Team Lewisham Care Partnership Strategic Board Relative Importance of the Key Criteria: Quality & Innovation - 25% Value - 15% Integration, Collaboration & Service Sustainability - 46.50% Improving Access, Reducing Health Inequalities & Facilitating Choice - 8.50% Social Value - 5% A cross-functional team were involved in delivering this project. The Authority set out to receive responses from suitably qualified and experienced healthcare providers with the necessary capacity and capability (or a demonstrable ability to provide the necessary capacity and capability) to provide the range of services as set out in the Specification in a safe and effective manner. The Selection Questionnaire (SQ) was based on the standard Cabinet Office document, with the ITT Questionnaire being comprised of a detailed scoring methodology, the weighting criteria was published within the ITT documentation in accordance with procurement regulations. Further information is provided in the associated procurement documents on the Atamis portal: https://atamis-1928.my.site.com/s/Welcome Rationale for Provider Selection: The Exclusions and Basic Selection Criteria responses were evaluated first, any bidder who failed the Selection Questionnaire would not progress further in the procurement process and would be disqualified. All Providers passed the Selection Questionnaire progressed in the procurement and had their ITT Questionnaires scored. Based on the outcome of the evaluation and in line with the criteria stipulated by the Authority within the ITT documentation, it was recommended that the contract be awarded to the Preferred Bidder. The Preferred Bidder being the Bidder that offers the most economically advantageous tender (MEAT), i.e. achieves the highest combined score. Conflicts of Interest: To safeguard against potential conflicts of interest influencing the procurement process and evaluations, all panel members signed conflict of interest declarations and non-disclosure agreements. Project members and evaluators were informed of their role and the importance of the confidential nature of this procurement. No material conflicts were declared.
Options: The contract term will be 3 years with the option to extend for a further 2 years at the sole discretion of the Authority. The contract will start on 01/04/2025 and therefore have an initial end date of the 31/03/2028, if the optional extension is utilised the contract end date will be 31/03/2030.
Renewal: The contract will have an initial term of 3 years (36 months), followed by an optional extension of 2 years (24 months) If all available extension is taken up in full the contract will have a maximum duration of 5 years (60 months).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-048bd2
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/028385-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
85 - Health and social work services
-
- CPV Codes
85121282 - Dermatology services
Notice Value(s)
- Tender Value
- £1,749,740 £1M-£10M
- Lots Value
- £1,749,740 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £1,749,163 £1M-£10M
Notice Dates
- Publication Date
- 29 May 20258 months ago
- Submission Deadline
- 20 Sep 2024Expired
- Future Notice Date
- Not specified
- Award Date
- 25 Nov 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NHS SOUTH EAST LONDON INTEGRATED CARE BOARD
- Contact Name
- Joyel Shaju
- Contact Email
- hub.queries@nhs.net
- Contact Phone
- +44 7407870773
Buyer Location
- Locality
- LONDON
- Postcode
- SE1 2TZ
- Post Town
- South East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI44 Lewisham and Southwark
- Delivery Location
- TLI44 Lewisham and Southwark
-
- Local Authority
- Southwark
- Electoral Ward
- London Bridge & West Bermondsey
- Westminster Constituency
- Bermondsey and Old Southwark
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-048bd2-2025-05-29T11:01:50+01:00",
"date": "2025-05-29T11:01:50+01:00",
"ocid": "ocds-h6vhtk-048bd2",
"description": "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 midnight on 10th December 2024. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR. Written representations should be sent to hub.psrrepresentation@nhs.net Decision-Makers: Lewisham Senior Management Team Lewisham Care Partnership Strategic Board Relative Importance of the Key Criteria: Quality & Innovation - 25% Value - 15% Integration, Collaboration & Service Sustainability - 46.50% Improving Access, Reducing Health Inequalities & Facilitating Choice - 8.50% Social Value - 5% A cross-functional team were involved in delivering this project. The Authority set out to receive responses from suitably qualified and experienced healthcare providers with the necessary capacity and capability (or a demonstrable ability to provide the necessary capacity and capability) to provide the range of services as set out in the Specification in a safe and effective manner. The Selection Questionnaire (SQ) was based on the standard Cabinet Office document, with the ITT Questionnaire being comprised of a detailed scoring methodology, the weighting criteria was published within the ITT documentation in accordance with procurement regulations. Further information is provided in the associated procurement documents on the Atamis portal: https://atamis-1928.my.site.com/s/Welcome Rationale for Provider Selection: The Exclusions and Basic Selection Criteria responses were evaluated first, any bidder who failed the Selection Questionnaire would not progress further in the procurement process and would be disqualified. All Providers passed the Selection Questionnaire progressed in the procurement and had their ITT Questionnaires scored. Based on the outcome of the evaluation and in line with the criteria stipulated by the Authority within the ITT documentation, it was recommended that the contract be awarded to the Preferred Bidder. The Preferred Bidder being the Bidder that offers the most economically advantageous tender (MEAT), i.e. achieves the highest combined score. Conflicts of Interest: To safeguard against potential conflicts of interest influencing the procurement process and evaluations, all panel members signed conflict of interest declarations and non-disclosure agreements. Project members and evaluators were informed of their role and the importance of the confidential nature of this procurement. No material conflicts were declared.",
"initiationType": "tender",
"tender": {
"id": "PRJ2068",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Community Dermatology Service Lewisham",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "85121282",
"description": "Dermatology services"
},
"mainProcurementCategory": "services",
"description": "PRJ2068 - Community Dermatology Service Lewisham",
"value": {
"amount": 1749740,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "This notice relates to the Authority's procurement of Community Dermatology Service Lewisham This is a re-procurements of an existing service. This notice is an intention to award a contract under the The Health Care Services (Provider Selection Regime) Regulations 2023. The completed procurement route is \"The Competitive Process\" which falls under Part 2, Regulation 11 of the Provider Selection Regime. The chosen route of the Competitive Process meant that there was no separate selection stage, i.e., the opportunity was open to the whole market. The lifetime value of the contract is to be PS1,749,163, at PS349,833 per annum. Initial 3 years - PS1,049,499 Additional 2 years - PS699,666 The contract term will be 3 years with the option to extend for a further 2 years at the sole discretion of the Authority. The contract will start on 01/04/2025 and therefore have an initial end date of the 31/03/2028, if the optional extension is utilised the contract end date will be 31/03/2030. Additional information: 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 midnight on 10th December 2024. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR. Written representations should be sent to hub.psrrepresentation@nhs.net Decision-Makers: Lewisham Senior Management Team Lewisham Care Partnership Strategic Board Relative Importance of the Key Criteria: Quality & Innovation - 25% Value - 15% Integration, Collaboration & Service Sustainability - 46.50% Improving Access, Reducing Health Inequalities & Facilitating Choice - 8.50% Social Value - 5% A cross-functional team were involved in delivering this project. The Authority set out to receive responses from suitably qualified and experienced healthcare providers with the necessary capacity and capability (or a demonstrable ability to provide the necessary capacity and capability) to provide the range of services as set out in the Specification in a safe and effective manner. The Selection Questionnaire (SQ) was based on the standard Cabinet Office document, with the ITT Questionnaire being comprised of a detailed scoring methodology, the weighting criteria was published within the ITT documentation in accordance with procurement regulations. Further information is provided in the associated procurement documents on the Atamis portal: https://atamis-1928.my.site.com/s/Welcome Rationale for Provider Selection: The Exclusions and Basic Selection Criteria responses were evaluated first, any bidder who failed the Selection Questionnaire would not progress further in the procurement process and would be disqualified. All Providers passed the Selection Questionnaire progressed in the procurement and had their ITT Questionnaires scored. Based on the outcome of the evaluation and in line with the criteria stipulated by the Authority within the ITT documentation, it was recommended that the contract be awarded to the Preferred Bidder. The Preferred Bidder being the Bidder that offers the most economically advantageous tender (MEAT), i.e. achieves the highest combined score. Conflicts of Interest: To safeguard against potential conflicts of interest influencing the procurement process and evaluations, all panel members signed conflict of interest declarations and non-disclosure agreements. Project members and evaluators were informed of their role and the importance of the confidential nature of this procurement. No material conflicts were declared.",
"value": {
"amount": 1749740,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "The contract will have an initial term of 3 years (36 months), followed by an optional extension of 2 years (24 months) If all available extension is taken up in full the contract will have a maximum duration of 5 years (60 months)."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The contract term will be 3 years with the option to extend for a further 2 years at the sole discretion of the Authority. The contract will start on 01/04/2025 and therefore have an initial end date of the 31/03/2028, if the optional extension is utilised the contract end date will be 31/03/2030."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "85"
},
{
"type": "price",
"description": "15"
}
]
}
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKI44"
},
{
"region": "UKI44"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://atamis-1928.my.salesforce-sites.com/ProSpend__CS_ContractPage?SearchType=Projects&uid=a07Sr00000D7QscIAF&searchStr=C299107&sortStr=Recently+Published&page=1&filters=&County=",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2024-09-20T14:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2024-09-23T10:00:00+01:00"
},
"bidOpening": {
"date": "2024-09-23T10:00:00+01:00"
},
"hasRecurrence": true,
"amendments": [
{
"id": "1",
"description": "This is a Provider Selection Regime (PSR) confirmation of contract award notice. This contract has been awarded under 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. This contract has now been formally awarded using the competitive procedure. The provider has been awarded the contract for the period 31/05/2025 to 30/04/2028, and if the optional extension is utilised the contract end date will be 30/04/2030. The lifetime value of the contract is to be PS1,749,740, at PS349,948 per annum. Initial 3 years - PS1,049,844 Additional 2 years - PS699,896 The contract term will be 3 years with the option to extend for a further 2 years at the sole discretion of the Authority."
}
]
},
"parties": [
{
"id": "GB-NHS-72Q",
"name": "NHS South East London Integrated Care Board",
"identifier": {
"legalName": "NHS South East London Integrated Care Board",
"id": "72Q",
"scheme": "GB-NHS"
},
"address": {
"streetAddress": "160 TOOLEY STREET",
"locality": "LONDON",
"region": "UKI44",
"postalCode": "SE1 2TZ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Joyel Shaju",
"telephone": "+44 7407870773",
"email": "Hub.queries@nhs.net",
"url": "https://atamis-1928.my.salesforce-sites.com/ProSpend__CS_ContractPage?SearchType=Projects&uid=a07Sr00000D7QscIAF&searchStr=C299107&sortStr=Recently+Published&page=1&filters=&County="
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.selondonics.org/icb",
"buyerProfile": "https://www.selondonics.org/icb",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
},
{
"id": "GB-FTS-118544",
"name": "NHS South East London Integrated Care Board",
"identifier": {
"legalName": "NHS South East London Integrated Care Board"
},
"address": {
"streetAddress": "160 TOOLEY STREET",
"locality": "LONDON",
"postalCode": "SE1 2TZ",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.selondonics.org/icb"
},
"contactPoint": {
"email": "hub.psrrepresentation@nhs.net"
}
},
{
"id": "GB-FTS-131451",
"name": "Community Health & Eyecare Limited (CHEC)",
"identifier": {
"legalName": "Community Health & Eyecare Limited (CHEC)",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "1-6 Star Building, Caxton Road, Fulwood",
"locality": "Preston",
"region": "UKD4",
"postalCode": "PR2 9BS",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-NHS-72Q",
"name": "NHS South East London Integrated Care Board"
},
"language": "en",
"awards": [
{
"id": "038373-2024-PRJ2068-1",
"relatedLots": [
"1"
],
"title": "Community Dermatology Service Lewisham",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-131451",
"name": "Community Health & Eyecare Limited (CHEC)"
}
]
}
],
"contracts": [
{
"id": "038373-2024-PRJ2068-1",
"awardID": "038373-2024-PRJ2068-1",
"title": "Community Dermatology Service Lewisham",
"status": "active",
"value": {
"amount": 1749163,
"currency": "GBP"
},
"dateSigned": "2024-11-25T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 4
},
{
"id": "2",
"measure": "electronicBids",
"relatedLot": "1",
"value": 4
}
]
}
}