NHS Diabetic Eye Screening Programme London Region

Award

Description

The award notice concerns the procurement of 5 Diabetic Eye Screening Programmes (DESP) to deliver screening to the eligible populations of North West London (Lot 1), North Central London (Lot 2), North East London (Lot 3), South East London (Lot 4), and South West London (Lot 5).
The eligible population includes patients over the age of 12 diagnosed with diabetes registered with, or eligible to be registered with, a GP in the lot area as well as individuals within prisons, secure units and the armed forces.
The aim of the DESP 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 will be achieved by delivering an evidence-based service that:
•Identifies the eligible population and ensures effective delivery with maximum coverage.
•Is safe, effective, high quality, externally and independently monitored, and quality assured.
•Leads to earlier detection, appropriate referral, effective treatment and improved outcomes.
•Is delivered and supported by suitably trained, competent and qualified clinical and non-clinical staff who, where relevant, participate in recognised ongoing continuing medical education, continuous professional development and quality assurance schemes.
•Has audit embedded in the service.
•Works effectively with other stakeholders to ensure the care pathway is smooth and efficient.
There are 3 key elements of service delivery, namely:
•Call/recall for all people with diabetes invited for routine digital screening; this is currently undertaken on an annual basis, but screening intervals are likely to extend to 2 years for people at low risk during the contract term, in line with national guidance.
•Digital surveillance where individuals need more frequent screening.
•Slit lamp bio-microscopy (SLB) for those individuals where normal photography is inappropriate (e.g. those having cataracts). 
Optical Coherence Tomography (OCT) does not form part of this Contract at this time, though this position may change over the life of the contract in line with national guidance. 
The Contract term will be 5 years, with an option to extend for a further 2 years at the sole discretion of the Commissioner. The Contracts are due to commence on 01/07/2024.
The 7-year estimated contract values, based on predicted activity levels, are:
Lot 1 = £33,703,069, Lot 2 = £18,930,476, Lot 3 = £28,062,012, Lot 4 = £21,533,552, Lot 5 = £18,120,336 
Please note, the full indicative contract values per each financial year can be found in the tender documentation.

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

Northamptonshire Children's Trust Language Support Services

Northamptonshire Children's Trust wishes to invite Tender Responses for the supply of Language Support Services. The objectives of this Framework Agreement is to have a range of Providers that are able to provide high quality Language Support Services to the Trust's clients - both the Children and Young People the Trust is supporting and their wider family network who may also require the service. The service specification describes a requirement to establish a framework agreement with several Service Providers to supply Language Support Services to clients who speak, communicate or read languages other than English, or who need to communicate in English in non-standard ways e.g. via audio media, either individually or in groups. The Children's Trust is setting up a Framework Agreement for the provision of Language Support Services for an initial period of 24 months, with the option to extend for two additional periods of 12 months each, for a maximum duration of 48 months (2+1+1 years). The Services sought under this framework agreement will be split into the following five lots: Lot 1a - Telephone Interpretation Services Lot 1b - Video Remote Interpretation Services Lot 2 - Face to Face Interpretation Services Lot 3 - Translation Services (including hard copy and electronic translation services) Lot 4 - Sensory Impairment Interpretation and Translation The Contract has an estimated annual budget of £400,000 (exclusive of VAT) for the delivery of the requirement as set out in the Specification. In order to be considered for this opportunity, you MUST have registered and submitted your core supplier information to the Central Digital Platform (CDP). Please visit https://supplier-information.find-tender.service.gov.uk/ to register, and provide your core supplier information. Please note, you are then required to confirm your share code and provide a PDF copy of this information when you submit your tender return.

Katy Reed

Published 17 minutes from now

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