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

9 months ago

Published

5 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

NHS Bristol, North Somerset and South Gloucestershire Perinatal Mental Health Non-Statutory Community redesigned Services

1) Bristol, North Somerset and South Gloucestershire Integrated Care Board (BNSSG ICB) (the Commissioner) is seeking to secure a Prime Provider who has the capability and capacity to deliver non-statutory community perinatal mental health services, in line with the specified requirements. The Commissioner confirms that whilst they are seeking a Prime Provider, they welcome partnerships, consortiums and/or sub-contractual models, which is at Bidders' discretion. 2) The geography covered is that of NHS BNSSG ICB, namely the counties of Bristol, North Somerset and South Gloucestershire. A single lot is proposed for the total procurement area. 3) Services are scheduled to commence on 12th January 2026. The Contract will be for an initial term of 5 (five) years, with an option to extend for any period up to a further 2 (two) years, as defined at the sole discretion of the Commissioner. 4) The proposed model will be underpinned by the below approaches: • A holistic approach. This will require a set of broad-based interventions that recognise and engage with the social determinants of poor perinatal mental health (socio-economic, relational, cultural and inequality-based factors that can negatively impact women's mental health during pregnancy and in the early years of their child's life). This will include issues relating to housing, welfare rights, relationships with partners, neighbourhood/community support etc. • The principles of equality and inclusion: recognising women's experience of discrimination and exclusion and shaping service provision to meet the needs of different groups. • The principle of supporting women close to home and in their local area. • Community outreach. Specific targeted outreach and support to groups and/or communities that are typically underserved by mental health services, early parenting support etc in order to promote better access. This will include targeted outreach to areas with high levels of socio-economic deprivation, different ethnic minority communities, LGBTQ+, disabled and other women who face evidenced health inequalities and other forms of discrimination. 5) In the contract lifetime a range of potential changes are foreseeable, including but not limited to: • An increase in need (increased prevalence of women requiring interventions for moderate perinatal mental health need) • Changes in evidence for the most effective interventions to support women with moderate perinatal mental health need • A change in local population and demographics 6) TUPE elements are likely to apply. However given the nature of these services being redesigned, the TUPE information will be confirmed during the formal invitation to tender (ITT) period to all interested parties. 7) Total combined maximum contract value across the full potential term of 7 (seven) years including any optional extension years is £1,554,000. A F01: Prior Information Notice (prior information only) was published back on 07th August 2024 where details of a Market Engagement Event was undertaken with interested parties from the marketplace. Details of that engagement can be found here - 2024/S 000-024922. This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.

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