NHS SY ICB - Sight Testing in Special Education Settings (with lots)
A Contract Award Notice
by NHS SOUTH YORKSHIRE INTEGRATED CARE BOARD
- Source
- Find a Tender
- Type
- Contract (Services)
- Duration
- 3 year (est.)
- Value
- £1M
- Sector
- HEALTH
- Published
- 01 May 2026
- Delivery
- To 30 Apr 2029 (est.)
- Deadline
- n/a
Related Terms
Location
South Yorkshire
2 buyers
1 supplier
- FCJ Opticals Bradford
Description
Service to provide sight testing in special educational settings.
Total Quantity or Scope
The service is to provide sight testing in special educational settings.This notice is an intention to award a contract under the competitive process.The approximate lifetime value of the contract is - £1,350,000.This is a new service following a pilot scheme.The service will run from 01/09/2026 to 31/08/2029. With the option to extend for a further 2 years.For clarity the lifetime value quoted above includes the 2 year extension. The annual value of the contract is £270,000.
Award Detail
| 1 | FCJ Opticals (Bradford)
|
Award Criteria
| The contract award criteria are specified in the procurement documents | 100.0 |
| PRICE | _ |
CPV Codes
- 85160000 - Optician services
Indicators
- Award on basis of price.
Other 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 Procurement Act 2024 does not apply to this award. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by [Add date]. 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 representation should be sent, via email, to - syicb-sheffield.syicb.procurement@nhs.netThe award decision maker was - Executive Place Director – Doncaster & Rotherham (interim) No conflicts of interest were identified.Bidders were asked to respond to the following questions:Question 1 - Service Delivery & Clinical Quality (Key Criteria 1. Quality & Innovation) - 20% weightingQuestion 2 - Service Development (Key Criteria 3. Integration, Collaboration & Service Sustainability) - 10% weightingQuestion 3 - Safeguarding & SEN Experience (Key Criteria 4. Improving Access, Reducing Health Inequalities, & Facilitating Choice) - 15% weightingQuestion 4 - Pathways & Follow-up Care Experience (Key Criteria 4. Improving Access, Reducing Health Inequalities, & Facilitating Choice) - 15% weightingQuestion 5 - Risk Management & Continuity (Key Criteria 1. Quality & Innovation) - 10% weightingQuestion 6 - Innovation & Added Value (Key Criteria 2. Value) - 10% weightingQuestion 7 – Patient Records (Key Criteria 3. Integration, Collaboration & Service Sustainability) - 10% weighting Question 8 – Mobilisation & Exit plans - Not scored - for information onlySocial Value (Key criteria 5 - Social Value)The chosen provider received the highest score, following evaluation and moderation of all the bids received.All bidders submitted the same information for all lots that they bid for. Therefore, all lots were scored the same for each bidder. Resulting in the same bidder being the preferred supplier for each of the 4 lots.
Reference
- FTS 040684-2026