Section one: Contracting authority
one.1) Name and addresses
NHS England
7&8 Wellington Place
Leeds
LS1 4AP
Contact
Neelam Saroe
Country
United Kingdom
Region code
UKE - Yorkshire and the Humber
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://health-family.force.com/s/Welcome
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
NHS Arden and Greater East Midlands Commissioning Support Unit (AGCSU) on behalf of NHS England – Midlands (West) (referred to as the Commissioner) is inviting suitably qualified and experienced providers to deliver a Diabetic Eye Screening Programme (DESP). The DESP service is expected to cover the following ICB areas in the West Midlands region: -
1. NHS Shropshire, Telford & Wrekin Integrated Care Board (STW ICB) and
2. NHS Staffordshire & Stoke-on-Trent Integrated Care Board (SSOT ICB).
The NHS Diabetic Eye Screening Programme (DESP) is designed to reduce the risk of sight loss in people with diabetes by identifying and referring cases of sight-threatening diabetic retinopathy early. This procurement aims to ensure equitable access to high-quality screening services across a diverse and geographically widespread population, supporting timely detection and intervention.
The Service is intended to be provided from 1st January 2027 for a period of 7 years, with the Commissioner having the option to extend the Contract for up to a further 2 years (total contract duration, including extensions is 9 years), till 31st December 2036 and will be delivered under a NHS Standard Contract.
Please note the deadline for responses to the Competitive Process is 10:00am on Monday 12th January 2026. If your organisation is interested in this opportunity and would like details on how you can view the tender documentation, please refer to section V1.3 – Additional Information below.
two.1.5) Estimated total value
Value excluding VAT: £31,000,000
two.1.6) Information about lots
This contract is divided into lots: No
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
NHS England is responsible for commissioning Section 7A Public Health services which include the NHS Diabetic Eye Screening Programme (DESP).
The DESP programme/service is designed to detect diabetic retinopathy and other eye conditions in people with diabetes. The programme offers eye screenings to diabetic patients aged 12 and above. Screening appointments are typically offered at local venues linked to the patient’s GP practice and HM Prison detained settings.
The goal is to identify any eye problems early on, allowing for timely treatment and reducing the risk of sight loss. If a positive screening result is found, patients are referred to a hospital eye service for further evaluation and management.
NHS England - West Midlands, has reviewed the existing DESP services delivered in Shropshire, Telford & Wrekin Integrated Care Board (STW ICB) and the Staffordshire & Stoke-on-Trent Integrated Care Board (SSOT ICB). These services cater to an eligible population of 123,243 individuals.
The service will operate across Staffordshire, including Stoke-on-Trent, Stafford, Cannock Chase, East Staffordshire, Lichfield, Tamworth, South Staffordshire, Staffordshire Moorlands, and Newcastle-under-Lyme and in Shropshire, covering Shrewsbury, Telford and Wrekin, Bridgnorth, Oswestry, and Ludlow.
With the current contract nearing its end, the new procurement aims to achieve the following benefits:
• Improve patient engagement and outcomes
• Enhance stakeholder relationships to foster collaboration, innovation and continuous improvement in the delivery of the service.
• Quality assurance
• More cost-effective use of NHS resources.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £31,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2027
End date
31 December 2036
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contract is for a period of 7 years, with the Commissioner having the option to extend the Contract for up to a further 2 years (total contract duration, including extensions is 9 years), till 31st December 2036 and will be delivered under a NHS Standard Contract.
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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 000-063775
four.2.2) Time limit for receipt of tenders or requests to participate
Date
12 January 2026
Local time
10:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
12 January 2026
Local time
10:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
This is a Provider Selection Regime (PSR) Contract 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 Contracting Authority will be using an eTendering system for this procurement exercise. Further information and the ITT documentation can be found via the 'Live Opportunities' list on the e-tendering system at the following link:
https://atamis-1928.my.salesforce-sites.com/?SearchType=Projects
You can also register your interest via this page. You can search for the opportunity by entering the following contract reference: C384799: Diabetic Eye Screening Programme (DESP) across Shropshire and Staffordshire
The Basic Selection Questions are Pass/Fail and the award criteria for the Key Criteria Questions are as follows and these will be scored on a 0-5 scoring mechanism;
Key Criteria 1: Quality and Innovation: 25.00%
Key Criteria 2: Value: 20.00%
Key Criteria 3: Integration, Collaboration and Services Sustainability: 30.00%
Key Criteria 4: Improving Access, Reducing Health Inequalities and Facilitating Choice: 15.00%
Key Criteria 5: Social Value: 10.00%
The evaluation stages are as follows;
Stage 1: Preliminary compliance review
Stage 2: Evaluation of the Financial Model Template
Stage 3: Evaluation of the Basic Selection Question
Stage 4: Evaluation of the responses to the Core Requirement Questions
Stage 5: Evaluation of Key Criteria Questions
Stage 6: Evaluation of Section E – Economic and Financial
Stage 7: Provider Notification of Evaluation Outcome.
Neither the publication of this notice nor the employment of any particular terminology nor any other indication shall be taken to mean that the Contracting Authority intends to hold itself bound by any of the Regulations.
Please see published procurement documentation for further details.
six.4) Procedures for review
six.4.1) Review body
Independent patient choice and procurement panel
Wellington House
London
SE1 8UG
Country
United Kingdom