NHS England South East - Diabetic Eye Screening Programmes (DESP) across the South East

Award

Value

£59,607,052

Classifications

  • Health services

Tags

  • award

Submission Deadline

1 year ago

Published

11 months ago

Description

NHS England South East (NHSE) sought to commission a Provider(s) which have the capability and capacity to deliver Diabetic Eye Screening Programmes (DESP) across the South East region, in line with the specified requirements.

The procurement was divided into 5 lots within the South East as follows:
Lot 1: Kent and Medway (ICB footprint)
Lot 2: Surrey Heartlands (ICB footprint)
Lot 3: Hampshire and IOW (ICB footprint)
Lot 4: Berkshire (Local Authority) and Frimley (ICB footprint)
Lot 5: Oxfordshire and Buckinghamshire (Local Authority footprint)

Providers were able to bid for one or all Lots. 
Contracts are for a term of 5 years, with the option to extend for up to a further 3 years. Services are planned to commence from 1st April 2025.

The eligible population includes patients over the age of 12 diagnosed with diabetes and registered with, or eligible to be registered with a GP, as well as individuals within prisons, secure units, and the armed forces.

The aim of the Diabetic Eye Screening Programme is to reduce the risk of sight loss amongst people with diabetes by the prompt identification and effective treatment, if necessary, of sight-threatening diabetic retinopathy.

This should be achieved by delivering an evidence-based service that:
• focuses on improving uptake, reducing inequalities, and improving outcomes
• is accessible across all service elements
• is engaging, and integrated, working effectively with service users and stakeholders to ensure seamless and high-quality care
• is safe, effective, and high quality, with robust processes along the pathway
• embed a culture of quality, improvement, and learning
• is well-led, managed, and staffed

There are three key elements of service delivery, namely:
• routine digital screening - from 2025 and 2026, all eligible patients are to be managed on 12- or 24-month intervals
• Digital surveillance where more frequent screening of those individuals who may be at increased risk of developing diabetic retinopathy but have not reached the threshold to be referred into the Hospital Eye Services (HES), as required
• Slit lamp bio-microscopy (SLB) for those individuals where normal photography is inappropriate (e.g., those having cataracts)

Optical Coherence Tomography (OCT) will be introduced into the programme across England in line with national guidance.

The total contract values for the 5 year initial term were advertised as follows:

Lot 1: Kent and Medway - £17,755,303
Lot 2: Surrey Heartlands - £8,084,825
Lot 3: Hampshire and IOW - £16,695,800
Lot 4: Berkshire and Frimley - £11,311,121
Lot 5: Oxfordshire and Buckinghamshire - £9,927,015

This notice serves as an intention to award a contract under the competitive process of the Provider Selection Regime (PSR).

This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

Additional information: The decision to award this contract in line with the Competitive Process was based on evaluation against the basic selection criteria (in the form of a Selection Questionnaire), which was assessed on a pass/fail basis, the PSR 5 key criteria, plus staffing and mobilisation, which were assessed on a 0-4 scale, with the below weightings. 

Several tender questions were asked under each of the key criteria.
-	Quality and Innovation: 38%
-	Value: 5%
-	Integration, Collaboration and Service Sustainability: 19%
-	Improving Access, Reducing Health Inequalities, and Facilitating Choice: 15%
-	Social Value: 13%
-	Staffing and mobiliation: 10%

The provider(s) selected for award have been chosen as they passed the basic selection criteria and were the highest scoring bidder overall, against the key criteria. 

After conducting a thorough Competitive Process, taking into account the key criteria and applying the basic selection criteria, NHS England South East is content that the provider's bids sufficiently met the key criteria and thus can proceed to contract award under the Health Care Services (Provider Selection Regime) Regulations 2023.

The evaluation panel consisted of representatives from NHS England South East, including Commissioning, Screening & Immunisations, Finance, Human Resources, and Nursing & Quality.  

Award decisions have been recommended by the Head of Public Health Commissioning for Hampshire & Thames Valley (NHSE SE), and the Senior Public Health Commissioning Manager (NHSE SE).

Award decisions have been made by key members of the South East Regional Executive Team (SERET), namely, the South East Regional Director (also Chair) and the Regional Director of Commissioning for the South East. 

There were two potential declarations of conflict of interest made via the conflict of interest process and recorded accordingly; these were not decision makers. Conflicts were appropriately managed, with one personnel being removed from the process. The other conflict recorded, upon review, was not deemed as an actual (or perceived conflict). 

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 Monday 21st October. 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.

This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

Written representations should be sent to [email protected]

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

Joint Venture Partnership in Private Healthcare Provision - UHD

Opportunity for Joint Venture Partnership in Private Healthcare Provision University Hospitals Dorset NHS Foundation Trust University Hospitals Dorset (UHD) is on a transformative journey to become home to the UK’s largest planned care hospital, offering an unrivalled breadth and volume of elective services. As part of this ambitious programme, we are seeking a high-calibre private healthcare operator to join us as a Joint Venture (JV) partner. This is a unique opportunity to co-develop and grow our Private Patient (PP) services in a way that aligns with our core values and benefits the wider population. We are not seeking capital investment or construction partners. Instead, we are focused on finding a strategic service partner—a proven operator in private healthcare with a strong track record of delivering high-quality, patient-centred care. Dorset represents a significant growth market for private care, currently under-served relative to demand. A successful private offering will not only provide greater choice for patients but also support UHD’s mission to maximise the impact of our £900m NHS budget on the health and wellbeing of our community. UHD is midway through a £550 million estates and service transformation programme. With excellent clinical teams and a strong operational foundation already in place, we are ready to expand our private care capabilities in partnership with an organisation that shares our commitment to excellence, integrity, and innovation. We are now inviting expressions of interest from suitably qualified JV private healthcare partners. Following this stage, an open tender will be conducted and interested parties will be invited to participate in a tender exercise where a partner will be selected to form a strategic partnership with UHD. For more information, please visit our UHD website and submit your expression of interest no later than 14:00 on the 13th of June. EOI Submissions should be made directly via email to [email protected] and should include a brief overview of your organisation, and a short description of your experience in this area with contact details where tender invites can be sent.

Katy Reed

Published 3 days ago
Open

Recommissioning of Victim Support Services, IDVA, ISVA, DA Perpetrator Programme & Early Intervention & Prevention

Under section 143 of the Anti-social Behaviour, Crime and Policing Act 2014, Police and Crime Commissioner’s (PCC’s) were given wide ranging powers to commission or provide victim services and are able to use Ministry of Justice (MoJ) annual grant funding to do this. At the national level, the MoJ commissions various victim support services, including a witness service, a homicide service, support for victims of human trafficking, and support for victims of rape through rape support centres, national telephone helplines, and other support for victims of domestic and sexual violence. Since 2015, the West Mercia Police and Crime Commissioner has used some of the annual MoJ grant funding and PCC funding to invest in and deliver the following (headlined only) services below: Victim Services: - ISVA & IDVA , and Since 2020, the Commissioner has used PCC funding and grant funding from the Home Office 'Domestic Abuse Perpetrator Programmes Fund', to invest in and deliver the following West Mercia wide services: All Risk programmes consisting of: High - risk level , standard to medium risk and standard OOCR perpetrator programmes. The Commissioner is keen to hear from any service delivery provider(s) with experience of delivering: Child Exploitation Services, Sexual Violence Services or Domestic Abuse Services (which includes Domestic Abuse Perpetrator Programmes), with a footprint or the ability to operate across the West Mercia geographic area. This is a procurement for Services specified in the Procurement Act 2023 as those covered by the Light Touch Regime (LTR). The Commissioner has issued a Tender Notice within Contracts Finder in accordance with the spirit of the Procurement Act 2023, to conduct the procurement process in an open and fair manner, to deliver value for money, to maximise public benefit, to have regard for the sharing of information for the purposes of ensuring procurement is done transparently, the Commissioner will act, and be seen to act with integrity, whilst ensuring equal treatment throughout the procurement process. The procurement exercise will be conducted in accordance with Section 9 of the Procurement Act and the information contained in this Invitation to Tender (ITT) and its associated documents.

Katy Reed

Published 3 days ago

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