Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Diabetic Eye Screening Programmes for Bath and North East Somerset, Swindon and Wiltshire and Dorset Contract Award

  • First published: 19 March 2022
  • Last modified: 19 March 2022

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
The NHS Commissioning Board operating as NHS England
Authority ID:
AA80752
Publication date:
19 March 2022
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

NHS England and NHS Improvement South West (The Commissioner) sought 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 will commence on 1st April 2022.

The Services have been 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 was carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

Full notice text

Social and other specific services – public contracts

Contract award notice

Section I: Contracting authority

I.1) Name and addresses

The NHS Commissioning Board operating as NHS England

Sedgemoor Centre, Priory Road

St Austell, Cornwall

PL25 5AS

UK

Contact person: Hannah Morley

E-mail: scwcsu.procurement@nhs.net

NUTS: UKK3

Internet address(es)

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

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Diabetic Eye Screening Programmes for Bath and North East Somerset, Swindon and Wiltshire and Dorset Contract Award

Reference number: WA10400/CA

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

NHS England and NHS Improvement South West (The Commissioner) sought to recommission 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 will 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 were able to bid for one or both lots.

This procurement was carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 22 297 065.52  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 - Bath and North East Somerset, Swindon and Wiltshire

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKK1


Main site or place of performance:

Bath and North East Somerset, Swindon and Wiltshire

II.2.4) Description of the procurement

NHS England and NHS Improvement South West (The Commissioner) sought 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 will commence on 1st April 2022.

The Services have been 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 was carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

II.2.13) Information about European Union funds

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

II.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).

Lot No: 2

II.2.1) Title

Lot 2 - Dorset

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKK25


Main site or place of performance:

Dorset

II.2.4) Description of the procurement

NHS England and NHS Improvement South West (The Commissioner) sought 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 will commence on 1st April 2022.

The Services have been 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 was carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

II.2.13) Information about European Union funds

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

II.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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2021/S 000-012289

Section V: Award of contract

Lot No: 1

Title: Bath and North East Somerset, Swindon and Wiltshire

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

17/03/2022

V.2.2) Information about tenders

Number of tenders received: 2

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

V.2.3) Name and address of the contractor

NEC Software Solutions UK Limited

Hemel Hempstead

UK

NUTS: UKH23

The contractor is an SME: No

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

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 11 311 233.60  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Title: Dorset

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

17/03/2022

V.2.2) Information about tenders

Number of tenders received: 2

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

V.2.3) Name and address of the contractor

NEC Software Solutions UK Limited

Hemel Hempstead

UK

NUTS: UKH23

The contractor is an SME: No

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

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 10 985 831.92  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) 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).

The tendering process has been 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 ran a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or the Treaty on the Functioning of the European Union 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 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 has voluntarily observed the award decision notices provisions and held a 10 day standstill period as described in Regulation 86 of the Regulations. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the Regulations.

VI.4) Procedures for review

VI.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.

VI.5) Date of dispatch of this notice

18/03/2022

Coding

Commodity categories

ID Title Parent category
85000000 Health and social work services Other Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
scwcsu.procurement@nhs.net
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.