Section one: Contracting authority/entity
one.1) Name and addresses
NHS England
Leeds
LS2 7UE
Contact
Khadijah Yasmin
Country
United Kingdom
Region code
UKI - London
NHS Organisation Data Service
Y56
Internet address(es)
Main address
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
NHS Diabetic Eye Screening Programme London Region
Reference number
PRJ1238
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 (London Region) (hereafter referred to as "the Authority") is seeking to re-commission 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 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, 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 = £33,753,337, Lot 2 = £19,904,076, Lot 3 = £30,504,838, Lot 4 = £21,881,063, Lot 5 = £17,987,562
Please note, the full indicative contract values per each financial year can be found in the tender documentation.
Section six. Complementary information
six.6) Original notice reference
Notice number: 2023/S 000-020027
Section seven. Changes
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
NHS England (London Region) (hereafter referred to as "the Authority") is seeking to re-commission 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 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, 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 = £33,753,337, Lot 2 = £19,904,076, Lot 3 = £30,504,838, Lot 4 = £21,881,063, Lot 5 = £17,987,562
Please note, the full indicative contract values per each financial year can be found in the tender documentation.
Read
Text
NHS England (London Region) (hereafter referred to as "the Authority") is seeking to re-commission 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 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, 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 = £19,862,595, Lot 3 = £30,920,240, 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.
Section number
II.2.6
Lot No
Lot 1
Place of text to be modified
Estimated Value
Instead of
Text
Value excluding VAT: £33,753,337
Read
Text
Value excluding VAT = £33,703,069
Section number
II.2.6
Lot No
Lot 2
Place of text to be modified
Estimated Value
Instead of
Text
Value excluding VAT: £19,904,076
Read
Text
Value excluding VAT: £19,862,595
Section number
II.2.6
Lot No
Lot 3
Place of text to be modified
Estimated Value
Instead of
Text
Value excluding VAT: £30,504,838
Read
Text
Value excluding VAT: £30,920,240
Section number
II.2.6
Lot No
Lot 4
Place of text to be modified
Estimated Value
Instead of
Text
Value excluding VAT: £21,881,063
Read
Text
Value excluding VAT: £21,533,552
Section number
II.2.6
Lot No
Lot 5
Place of text to be modified
Estimated Value
Instead of
Text
Value excluding VAT: £17,987,562
Read
Text
Value excluding VAT: £18,120,336
Section number
IV.2.2
Place of text to be modified
Time limit for receipt of tenders or requests to participate
Instead of
Date
30 August 2023
Local time
12:00pm
Read
Date
18 September 2023
Local time
12:00pm