NHS England South West - Diabetic Eye Screening Programmes for Cornwall, Devon, Somerset, Gloucestershire and Bristol, North Somerset, South Gloucestershire (BNSSG)

  • NHS England

F14: Notice for changes or additional information

Notice identifier: 2023/S 000-019107

Procurement identifier (OCID): ocds-h6vhtk-03b81e

Published 5 July 2023, 10:16am



Section one: Contracting authority/entity

one.1) Name and addresses

NHS England

Three-Six-Zero - 360, Marlborough Street

Bristol

BS1 3NX

Contact

Hannah Morley

Email

scwcsu.procurement@nhs.net

Country

United Kingdom

Region code

UKK11 - Bristol, City of

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.england.nhs.uk/south/

Buyer's address

https://health-family.force.com/s/Welcome


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

NHS England South West - Diabetic Eye Screening Programmes for Cornwall, Devon, Somerset, Gloucestershire and Bristol, North Somerset, South Gloucestershire (BNSSG)

Reference number

C185632

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

NHSE South West (The Commissioner) seeks to re-commission five Diabetic Eye Screening Programmes (DESP) to deliver screening to the eligible populations of Cornwall and Isles of Scilly (Lot 1), Devon (Lot 2), Somerset (Lot 3), Gloucestershire (Lot 4), and Bristol, North Somerset and South Gloucestershire (BNSSG) (Lot 5).

The eligible population includes patients over the age of 12 diagnosed with diabetes and 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 (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 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 Services will be commissioned using the national service specification for DESP Services, localised where appropriate.

The Contract term will be 6 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 2024.

The 9 year estimated contract values, based on predicted activity levels, are:

Lot 1 = £9,588,607

Lot 2 = £24,522,731

Lot 3 = £13,581,836

Lot 4 = £11,231,506

Lot 5 = £15,468,533

The Contract will operate on a hybrid basis with a fixed "block" element based upon the actual activity for routine screening in 2021/2022 plus a variable element for digital surveillance and SLB and a further variable element to incentivise 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.

Interested providers will be able to view the opportunity and access the tender documentation via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome


Section six. Complementary information

six.6) Original notice reference

Notice number: 2023/S 000-017667


Section seven. Changes

seven.1) Information to be changed or added

seven.1.2) Text to be corrected in the original notice

Section number

II.1.4

Place of text to be modified

Short Description

Instead of
Text

The 9 year estimated contract values, based on predicted activity levels, are:

Lot 1 = £9,588,607

Lot 2 = £24,522,731

Lot 3 = £13,581,836

Lot 4 = £11,231,506

Lot 5 = £15,468,533

Read
Text

The 9 year estimated contract values, based on predicted activity levels, are:

Lot 1 = £9,663,708

Lot 2 = £24,764,019

Lot 3 = £13,741,086

Lot 4 = £11,373,272

Lot 5 = £15,547,780

Section number

II.1.5

Place of text to be modified

Estimated total value

Instead of
Text

£74,393,213

Read
Text

£75,089,865

Section number

II.2.4

Lot No

1

Place of text to be modified

Description of the procurement

Instead of
Text

The 9 year estimated contract value, based on predicted activity levels, is £9,588,607.

Read
Text

The 9 year estimated contract value, based on predicted activity levels, is £9,663,708.

Section number

II.2.6

Lot No

1

Place of text to be modified

Estimated value

Instead of
Text

£9,588,607

Read
Text

£9,663,708

Section number

II.2.4

Lot No

2

Place of text to be modified

Description of the procurement

Instead of
Text

The 9 year estimated contract value, based on predicted activity levels, is £24,522,731.

Read
Text

The 9 year estimated contract value, based on predicted activity levels, is £24,764,019.

Section number

II.2.6

Lot No

2

Place of text to be modified

Estimated value

Instead of
Text

£24,522,731

Read
Text

£24,764,019

Section number

II.2.4

Lot No

3

Place of text to be modified

Description of the procurement

Instead of
Text

The 9 year estimated contract value, based on predicted activity levels, is £13,581,836.

Read
Text

The 9 year estimated contract value, based on predicted activity levels, is £13,741,086.

Section number

II.2.6

Lot No

3

Place of text to be modified

Estimated value

Instead of
Text

£13,581,836

Read
Text

£13,741,086

Section number

II.2.4

Lot No

4

Place of text to be modified

Description of the procurement

Instead of
Text

The 9 year estimated contract value, based on predicted activity levels, is £11,231,506.

Read
Text

The 9 year estimated contract value, based on predicted activity levels, is £11,373,272.

Section number

II.2.6

Lot No

4

Place of text to be modified

Estimated value

Instead of
Text

£11,231,506

Read
Text

£11,373,272

Section number

II.2.4

Lot No

5

Place of text to be modified

Description of the procurement

Instead of
Text

The 9 year estimated contract value, based on predicted activity levels, is £15,468,533.

Read
Text

The 9 year estimated contract value, based on predicted activity levels, is £15,547,780.

Section number

II.2.6

Lot No

5

Place of text to be modified

Estimated value

Instead of
Text

£15,468,533

Read
Text

£15,547,780

seven.2) Other 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 are instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).