Contract

Diabetic Eye Screening Programme (West Midlands)

  • NHS England

F03: Contract award notice

Notice identifier: 2026/S 000-020861

Procurement identifier (OCID): ocds-h6vhtk-05abbc

Published 9 March 2026, 12:26pm



Section one: Contracting authority

one.1) Name and addresses

NHS England

7&8 Wellington Place

Leeds

LS1 4AP

Contact

Neelam Saroe

Email

neelamsaroe@nhs.net

Country

United Kingdom

Region code

UKE - Yorkshire and the Humber

Internet address(es)

Main address

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

Buyer's address

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

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 Programme (West Midlands)

Reference number

AG25014

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

This is an intention to award notice under the competitive process.

NHS England – Midlands (West) (referred to as the Commissioner) intend to award a contract to InHealth Intelligence for the provision of Diabetic Eye Screening Programme (DESP) across Shropshire and Staffordshire following a Competitive Process.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £28,758,774.50

two.2) Description

two.2.2) Additional CPV code(s)

  • 85121281 - Ophthalmologist services

two.2.3) Place of performance

NUTS codes
  • UKG2 - Shropshire and Staffordshire
Main site or place of performance

Shropshire and Staffordshire

two.2.4) Description of the procurement

This is an intention to award notice under the competitive process.

NHS England – Midlands (West) (referred to as the Commissioner) intend to award a contract to InHealth Intelligence for the provision of Diabetic Eye Screening Programme (DESP) across Shropshire and Staffordshire following a Competitive Process.

The Estimated Total Value is £28,758,774.50. This is an existing service and a new service provider. The services are to be delivered from (1 January 2027 – 31 December 2033), with an option to extend for up to two additional years (31 December 2035).

two.2.5) Award criteria

Quality criterion - Name: Quality & Innovation / Weighting: 25.00%

Quality criterion - Name: Integration, Collaboration and Service Sustainability / Weighting: 30.00%

Quality criterion - Name: Improving Access, Reducing Health Inequalities and Facilitating Choice / Weighting: 15.00%

Quality criterion - Name: Social Value / Weighting: 10.00%

Price - Weighting: 20.00%

two.2.11) Information about options

Options: Yes

Description of options

The services are to be delivered from (1 January 2027 – 31 December 2033), with an option to extend for up to two additional years (31 December 2035).

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-076647


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 March 2026

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 0

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

InHealth Intelligence

Burnham Yard, London End, Beaconsfield

Buckinghamshire

HP9 2JH

Country

United Kingdom

NUTS code
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £31,000,000

Total value of the contract/lot: £28,758,774.50


Section six. Complementary information

six.3) Additional information

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 Procurement Act 2023 do not apply to this award.
The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by 12 (midnight) on Friday 20th March 2026. 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.

Written representations need to be sent via the Atamis e-tendering portal, Project Reference: C384799 - Diabetic Eye Screening Programme (DESP) across Shropshire and Staffordshire.
The award decision makers are Screening Governance Group and Regional Commissioning Group .

The evaluation panel consisted of NHS England – Midlands (West) personnel: -

Senior Finance Officer
Senior Finance Manager Public Health
Contracts Manager
Senior Information Governance Manager
Consultant Public HealthSenior Commissioning Manager
Screening coordinator
Screening Contract Manager
Screening Manager
Assistant Contract Manager
Assistant Screening Coordinator
Contracts Manager

Two potential conflicts of interest were flagged as part of this process. The two conflicts of interest were reviewed by the Project Lead who agreed that the two members who identified potential conflicts of interest were to remain as part of the evaluation panel.

The perceived conflicts of interest were mitigated against as no prior information or contractual information regarding the Provider was taken into consideration when evaluating. The panel members who did identify perceived conflicts of interest were never the sole voice on any scores as each question had more than one panel member and was the questions were discussed in depth as part of a robust moderation process.

The Basic Selection Criteria was scored on a Pass/Fail or For Information basis. The Key Criteria was scored on a weighted questions basis as follows:

1. Quality and Innovation 25.00%
2. Value 20.00%
3. Integration, Collaboration & Service Sustainability 30.00%
4. Improving access, reducing health inequalities and facilitating Choice 15.00%
5. Social Value 10.00%

The weightings for the 5 key criteria were determined by the procurement panel to give appropriate relative importance to each of the sections equally in line with the commissioning expectations for the service. These were assessed on a scored basis (0-5), with the exception of the Value Key Criteria which was scored, as per the evaluation criteria set out within the procurement documentation.

The awarded Provider has been selected as they have met all requirements of the Basic Selection Criteria and scored the highest overall out of 100% against the published Key Criteria (listed above).

six.4) Procedures for review

six.4.1) Review body

NHS England Independent Patient Choice and Procurement Panel

London

London

SE1 8UG

Country

United Kingdom

Internet address

https://www.england.nhs.uk/commissioning/how-commissioning-is-changing/nhs-provider-selection-regime/independent-patient-choice-and-procurement-panel/

six.4.4) Service from which information about the review procedure may be obtained

NHS Arden and Greater East Midlands Commissioning Support Unit

Cardinal Square, 10 Nottingham Road

Derby

DE1 3QT

Country

United Kingdom

Internet address

https://www.ardengemcsu.nhs.uk/