Section one: Contracting authority
one.1) Name and addresses
The NHS Commissioning Board operating as NHS England
Sedgemoor Centre, Priory Road
St Austell
PL255AS
Contact
Hannah Morley
Country
United Kingdom
NUTS code
UKK3 - Cornwall and Isles of Scilly
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/scwcsu/aspx/Home
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/scwcsu/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/scwcsu/aspx/Home
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Diabetic Eye Screening Programmes for Bath and North East Somerset, Swindon and Wiltshire and Dorset
Reference number
WA10400/ITT
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS England and NHS Improvement South West (The Commissioner) seeks to re-commission two Diabetic Eye Screening Programmes (DESP) to deliver screening to the eligible populations of Bath and North East Somerset, Swindon and Wiltshire (BSW) (Lot 1) and the eligible population of Dorset (Lot 2).
The eligible population of both Lots 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 Contract term will be 5 years, with an option to extend for a further 3 years at the sole discretion of the Commissioner. The Contracts are due to commence on 1st April 2022.
The 8 year estimated expected contract values, based on predicted activity levels, are;
• Lot 1 = £11,311,233.60
• Lot 2 = £10,985,831.92
Interested providers may bid for one or both lots.
This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.
two.1.5) Estimated total value
Value excluding VAT: £22,297,065.52
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Diabetic Eye Screening Programme for Bath and North East Somerset, Swindon and Wiltshire
Lot No
1
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
Main site or place of performance
Bath & North East Somerset
Swindon
Wiltshire
two.2.4) Description of the procurement
NHS England and NHS Improvement South West (The Commissioner) seeks to re-commission a Diabetic Eye Screening Programmes (DESP) to deliver screening to the eligible populations of Bath and North East Somerset, Swindon and Wiltshire (BSW).
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 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 (CME), continuous professional development (CPD) and quality assurance (QA) schemes
• Has audit embedded in the service
• Works effectively with other stakeholders to ensure the care pathway is smooth and efficient.
There are three 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 two 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 3 years at the sole discretion of the Commissioner. The Contracts are due to commence on 1st April 2022.
The Services will be commissioned using the national service specification for DESP Services, localised where appropriate.
The 8 year estimated expected contract value, based on predicted activity levels is £11,311,233.60.
The Contract will operate on a hybrid basis with a fixed "block" element based upon the average uptake of routine screening in the eligible population for the last 2 years plus a variable element for digital surveillance and SLB and a further variable element to incentivise routine screening uptake to 85%. Variable elements will be paid according to activity undertaken.
The Commissioner's ambition through the financial model is to encourage uptake of DESP to achieve or exceed the national achievable target of 85% uptake in routine screening (DE1).
National changes to screening frequency for low risk individuals are expected to be implemented during the contract term which will have an impact on activity. The subsequent impact on contract values will be agreed between the Provider and the Commissioner via contract variation.
This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.
two.2.6) Estimated value
Value excluding VAT: £11,311,233.60
two.2.7) Duration of the contract or the framework agreement
Duration in months
96
two.2.14) Additional information
The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).
two.2) Description
two.2.1) Title
Diabetic Eye Screening Programme for Dorset
Lot No
2
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKK25 - Dorset
Main site or place of performance
Dorset
two.2.4) Description of the procurement
NHS England and NHS Improvement South West (The Commissioner) seeks to re-commission a Diabetic Eye Screening Programme (DESP) to deliver screening to the eligible population of Dorset.
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 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 (CME), continuous professional development (CPD) and quality assurance (QA) schemes
• Has audit embedded in the service
• Works effectively with other stakeholders to ensure the care pathway is smooth and efficient.
There are three 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 two 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).
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 3 years at the sole discretion of the Commissioner. The Contracts are due to commence on 1st April 2022.
The Services will be commissioned using the national service specification for DESP Services, localised where appropriate.
The 8 year estimated expected contract value, based on predicted activity levels is £10,985,831.92.
The Contract will operate on a hybrid basis with a fixed "block" element based upon the average uptake of routine screening in the eligible population for the last 2 years plus a variable element for digital surveillance and SLB and a further variable element to incentivise routine screening uptake to 85%. Variable elements will be paid according to activity undertaken.
The Commissioner's ambition through the financial model is to encourage uptake of DESP to achieve or exceed the national achievable target of 85% uptake in routine screening (DE1).
National changes to screening frequency for low risk individuals are expected to be implemented during the contract term which will have an impact on activity. The subsequent impact on contract values will be agreed between the Provider and the Commissioner via contract variation.
This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.
two.2.6) Estimated value
Value excluding VAT: £10,985,831.92
two.2.7) Duration of the contract or the framework agreement
Duration in months
96
two.2.14) Additional information
The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).
Section four. Procedure
four.1) Description
four.1.1) Form of procedure
Open procedure
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2020/S 134-331439
four.2.2) Time limit for receipt of tenders or requests to participate
Date
13 July 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.3) Additional information
Interested providers will be able to view this notice via the 'current tenders' list on the e-procurement system In-Tend, available on the following link: https://in-tendhost.co.uk/scwcsu/aspx/Home
In order to submit a bid, you will need to be registered on the e-procurement system and 'express an interest', 'Opt in' and and then complete a response as specified within the procurement documents.
On registration, please include at least two contacts to allow for access to the system in times of absence.
The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).
The tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services.
Neither the inclusion of a Bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority ("Open", "Restricted", "Competitive Procedure with Negotiation", "Competitive Dialogue" or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations.
The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10 day standstill period described in Regulation 86 of the Regulations. Unsuccessful Bidders will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the Regulations
six.4) Procedures for review
six.4.1) Review body
High Court in London
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
As described in VI.3, deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the 2015 Regulations.