-
Contract Timeline
- Publication Date
-
15th October 2024 14:14:55 PM
-
Contract Summary
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 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 = £18,930,476, Lot 3 = £28,062,012, 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. Additional information: NHS England proposes an activity-based financial model with the following tariffs: • Routine digital screening (RS001) - £39.10 per screen. • Slit lamp bio-microscopy (SLB003) - £48.29 per screen. • Digital surveillance (DS002) - £39.10 per screen. • Prisons screening (PS004) - £78.21 per screen. • Forensics screening (FS005) - £58.65 per screen. 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). The Services will be commissioned using the NHS DESP National Service Specification 23-24, localised where appropriate. 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. Activity projections used in this procurement do not account for these future changes as further clarity around timeline and implementation guidance is expected in the future. Further information is provided in the tender documentation. Interested providers may bid for one, multiple or all lots. However, if successful across multiple lots following evaluation, bidders will be awarded no more than two lots. The Procurement is being managed by the NHS London Commercial Hub (NHS LCH) hosted by NEL ICB, on behalf of the Authority, in connection with a competitive Invitation to Tender (ITT) exercise that is being conducted via a process, based in part on the open procedure under the Public Contract Regulations 2015 ("the Regulations" (as amended)). The Service falls within the scope of the Light Touch Regime (LTR) - Section 7 (Reg 74-76) of the Regulations governing procurement of Health, Social and related services listed under Schedule 3 of the Regulations. None of the references to "Open procedure", "ITT", the use of the term "tender process", or any other indication shall be taken to mean that the Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions. The tendering process will be 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 will run 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. The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10-day standstill period described in Regulation 86 of the Regulations.
-
Contract Details
- Open Contracting ID
-
ocds-b5fd17-59266c58-6648-4baf-846e-9e1c344b0365
- Publication Source
-
Contracts Finder
- Procurement Stage
-
Award
- Procurement Method
-
Open
- Procurement Method Details
-
Open Procedure (above Threshold)
- Procurement Category
-
Services
- Tender Suitability
-
SME VCSE
- Framework / DPS
-
Contract Classification
- CPV Code(s)
-
85000000
- CPV Division(s)
-
85 - Health and social work services
-
Awarding Authority
N E L COMMISSIONING SUPPORT UNIT
- Buyer Name
-
Khadijah Yasmin
- Buyer Email
-
Khadijah.yasmin@nhs.net
- Buyer Phone
-
02036881000
- Buyer Address
-
4th Floor - Unex Tower
LONDON
E15 1DA
United Kingdom
-
Awarded Supplier(s)
-
Contract Timeline
- Publication Date
-
14th September 2023 15:32:37 PM
- TenderAmendment Deadline
-
21st September 2023 11:00:00 AM Expired
-
Contract Summary
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 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 = £18,930,476, Lot 3 = £28,062,012, 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. Additional information: NHS England proposes an activity-based financial model with the following tariffs: • Routine digital screening (RS001) - £39.10 per screen. • Slit lamp bio-microscopy (SLB003) - £48.29 per screen. • Digital surveillance (DS002) - £39.10 per screen. • Prisons screening (PS004) - £78.21 per screen. • Forensics screening (FS005) - £58.65 per screen. 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). The Services will be commissioned using the NHS DESP National Service Specification 23-24, localised where appropriate. 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. Activity projections used in this procurement do not account for these future changes as further clarity around timeline and implementation guidance is expected in the future. Further information is provided in the tender documentation. Interested providers may bid for one, multiple or all lots. However, if successful across multiple lots following evaluation, bidders will be awarded no more than two lots. The Procurement is being managed by the NHS London Commercial Hub (NHS LCH) hosted by NEL ICB, on behalf of the Authority, in connection with a competitive Invitation to Tender (ITT) exercise that is being conducted via a process, based in part on the open procedure under the Public Contract Regulations 2015 ("the Regulations" (as amended)). The Service falls within the scope of the Light Touch Regime (LTR) - Section 7 (Reg 74-76) of the Regulations governing procurement of Health, Social and related services listed under Schedule 3 of the Regulations. None of the references to "Open procedure", "ITT", the use of the term "tender process", or any other indication shall be taken to mean that the Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions. The tendering process will be 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 will run 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. The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10-day standstill period described in Regulation 86 of the Regulations.
-
Contract Details
- Open Contracting ID
-
ocds-b5fd17-59266c58-6648-4baf-846e-9e1c344b0365
- Publication Source
-
Contracts Finder
- Procurement Stage
-
TenderAmendment
- Procurement Method
-
Open
- Procurement Method Details
-
Open Procedure (above Threshold)
- Procurement Category
-
Services
- Tender Suitability
-
SME VCSE
- Framework / DPS
-
Contract Classification
- CPV Code(s)
-
85000000
- CPV Division(s)
-
85 - Health and social work services
-
Awarding Authority
N E L COMMISSIONING SUPPORT UNIT
- Buyer Name
-
Khadijah Yasmin
- Buyer Email
-
Khadijah.yasmin@nhs.net
- Buyer Phone
-
02036881000
- Buyer Address
-
4th Floor - Unex Tower
LONDON
E15 1DA
United Kingdom
-
Contract Timeline
- Publication Date
-
30th August 2023 08:49:04 AM
- TenderAmendment Deadline
-
18th September 2023 11:00:00 AM Expired
-
Contract Summary
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 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. Additional information: NHS England proposes an activity-based financial model with the following tariffs: • Routine digital screening (RS001) - £39.10 per screen. • Slit lamp bio-microscopy (SLB003) - £48.29 per screen. • Digital surveillance (DS002) - £39.10 per screen. • Prisons screening (PS004) - £78.21 per screen. • Forensics screening (FS005) - £58.65 per screen. 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). The Services will be commissioned using the NHS DESP National Service Specification 23-24, localised where appropriate. 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. Activity projections used in this procurement do not account for these future changes as further clarity around timeline and implementation guidance is expected in the future. Further information is provided in the tender documentation. Interested providers may bid for one, multiple or all lots. However, if successful across multiple lots following evaluation, bidders will be awarded no more than two lots. The Procurement is being managed by the NHS London Commercial Hub (NHS LCH) hosted by NEL ICB, on behalf of the Authority, in connection with a competitive Invitation to Tender (ITT) exercise that is being conducted via a process, based in part on the open procedure under the Public Contract Regulations 2015 ("the Regulations" (as amended)). The Service falls within the scope of the Light Touch Regime (LTR) - Section 7 (Reg 74-76) of the Regulations governing procurement of Health, Social and related services listed under Schedule 3 of the Regulations. None of the references to "Open procedure", "ITT", the use of the term "tender process", or any other indication shall be taken to mean that the Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions. The tendering process will be 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 will run 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. The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10-day standstill period described in Regulation 86 of the Regulations.
-
Contract Details
- Open Contracting ID
-
ocds-b5fd17-59266c58-6648-4baf-846e-9e1c344b0365
- Publication Source
-
Contracts Finder
- Procurement Stage
-
TenderAmendment
- Procurement Method
-
Open
- Procurement Method Details
-
Open Procedure (above Threshold)
- Procurement Category
-
Services
- Tender Suitability
-
SME VCSE
- Framework / DPS
-
Contract Classification
- CPV Code(s)
-
85000000
- CPV Division(s)
-
85 - Health and social work services
-
Awarding Authority
N E L COMMISSIONING SUPPORT UNIT
- Buyer Name
-
Khadijah Yasmin
- Buyer Email
-
Khadijah.yasmin@nhs.net
- Buyer Phone
-
02036881000
- Buyer Address
-
4th Floor - Unex Tower
LONDON
E15 1DA
United Kingdom
-
Contract Timeline
- Publication Date
-
12th July 2023 16:03:36 PM
- Tender Deadline
-
30th August 2023 11:00:00 AM Expired
-
Contract Summary
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 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. Additional information: NHS England proposes an activity-based financial model with the following tariffs: • Routine digital screening (RS001) - £39.10 per screen. • Slit lamp bio-microscopy (SLB003) - £48.29 per screen. • Digital surveillance (DS002) - £39.10 per screen. • Prisons screening (PS004) - £78.21 per screen. • Forensics screening (FS005) - £58.65 per screen. 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). The Services will be commissioned using the NHS DESP National Service Specification 23-24, localised where appropriate. 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. Activity projections used in this procurement do not account for these future changes as further clarity around timeline and implementation guidance is expected in the future. Further information is provided in the tender documentation. Interested providers may bid for one, multiple or all lots. However, if successful across multiple lots following evaluation, bidders will be awarded no more than two lots. The Procurement is being managed by the NHS London Commercial Hub (NHS LCH) hosted by NEL ICB, on behalf of the Authority, in connection with a competitive Invitation to Tender (ITT) exercise that is being conducted via a process, based in part on the open procedure under the Public Contract Regulations 2015 ("the Regulations" (as amended)). The Service falls within the scope of the Light Touch Regime (LTR) - Section 7 (Reg 74-76) of the Regulations governing procurement of Health, Social and related services listed under Schedule 3 of the Regulations. None of the references to "Open procedure", "ITT", the use of the term "tender process", or any other indication shall be taken to mean that the Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions. The tendering process will be 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 will run 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. The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10-day standstill period described in Regulation 86 of the Regulations.
-
Contract Details
- Open Contracting ID
-
ocds-b5fd17-59266c58-6648-4baf-846e-9e1c344b0365
- Publication Source
-
Contracts Finder
- Procurement Stage
-
Tender
- Procurement Method
-
Open
- Procurement Method Details
-
Open Procedure (above Threshold)
- Procurement Category
-
Services
- Tender Suitability
-
SME VCSE
- Framework / DPS
-
Contract Classification
- CPV Code(s)
-
85000000
- CPV Division(s)
-
85 - Health and social work services
-
Awarding Authority
N E L COMMISSIONING SUPPORT UNIT
- Buyer Name
-
Khadijah Yasmin
- Buyer Email
-
Khadijah.yasmin@nhs.net
- Buyer Phone
- Buyer Address
-
4th Floor - Unex Tower
LONDON
E15 1DA
United Kingdom
-
Contract Timeline
- Publication Date
-
28th April 2023 15:39:50 PM
-
Contract Summary
This is a prior information notice of an upcoming procurement process for London Diabetic Eye Screening Programme (DESP) procurement. The NHS England London, Public Health Screening team, are currently preparing for the undertaking of the DESP re procurement 2023/24. The aim of the DESP is to reduce the risk of sight loss among people living with diabetes. Commissioners are seeking feedback from interested organisations in the form of completed Market Engagement Questionnaires (MEQ). The five intended lots are: - North West London (NWL) - North Central London (NCL) - North East London (NEL) - South East London (SEL) - South West London (SWL) People living with diabetes aged 12 and over are invited at least annually for routine retinal screening and more frequently for enhanced surveillance where required. Across London the DESP services are delivered from community clinics and health centres as near as possible to patients' home and/or GP. Delivery of the programme includes identification of those registered with GP with a diagnosis of diabetes via data extraction (via GP2DRS), invitation and provision of retinal screening, ongoing management of surveillance, onward referral pathways with screen detected of those who may require urgent or routine assessment and treatment. The scope and delivery of the service is detailed in the DESP National Service Specification No 22 (NHS public health functions agreement 2019-20 (england.nhs.uk). In London, five provider organisations are commissioned by NHS England (NHSE) to deliver Diabetic Eye Screening to a population of approximately 500,000 people living with diabetes. Interested organisation must express an interest via the Pro-contract e-tendering portal. Bidders need to register on Pro-contract if they are not registered already. This can be done by clicking the below link. https://procontract.due-north.com/Register Once registered, you can express an interest in this project by clicking the following link to this specific project: https://procontract.due-north.com/Advert?advertId=33cc878b-e3c3-ed11-8120-005056b64545 Please note that any expressions of interest by any other means will not be considered. Please note this expression of interest is only for Market Engagement Questionnaire. You will need to Express an Interest again once the procurement is live. Once you navigate to the project area you can access the Market Engagement materials provided in the messaging facility (a link to a questionnaire via MS Forms). Interested organisations are requested to complete and submit a copy of the Market Engagement Questionnaire through the MS Form no later than Thursday 11 May 2023 at 12.00 (noon). Important - The commissioners would like to receive feedback from interested bidders on the specification. Please see 'Links' section for further information. Additional information: Please see below the full details of the five lots: Lot 1 - North West London (NWL) - Boroughs included - Hillingdon, Hammersmith and Fulham, Kensington, Chelsea and Westminster, Ealing, Hounslow, Brent and Harrow Lot 1 - Estimated maximum annual value - £4,889,670 Estimated maximum total value for the full 7-years: £34,227,690 Lot 2 - North Central London (NCL) - Boroughs included - Barnet, Enfield, Haringey, Islington and Camden Lot 2 - Estimated maximum annual value - £3,162,020 Estimated maximum total value for the full 7-years: £22,134,140 Lot 3 - North East London (NEL) - Boroughs included - The City and Hackney, Waltham Forest, Newham, Tower Hamlets, Barking and Dagenham, Havering and Redbridge Lot 3 - Estimated maximum annual value - £4,701,140 Estimated maximum total value for the full 7-years: £32,907,980 Lot 4 - South East London (SEL) - Boroughs included - Lambeth, Southwark, Lewisham, Bexley, Bromley and Greenwich Lot 4 - Estimated maximum annual value - £2,943,411 Estimated maximum total value for the full 7-years: £20,603,877 Lot 5 - South West London (SWL) Boroughs included - Sutton and Merton, Wandsworth, Richmond and Twickenham, Croydon and Kingston Lot 5 - Estimated maximum annual value - £2,358,197 Estimated maximum total value for the full 7-years: £16,507,379 The service specifications, contract values and contract durations stipulated are all in draft and are being developed at the time of publication of this PIN. Feedback from this MEQ exercise will be considered by the commissioners before the service specification and other contract parameters are finalised for the next stage of the process. Any communications or clarification questions about this contract opportunity must be submitted be via the messaging facility for this project on ProContract e-tendering portal. This Market Engagement process is being managed by the NHS London Commercial Hub (hosted by NHS North East London) on behalf of NHS England in connection with a process under Regulation 75 of the Public Contract Regulations 2015 ("the Regulations" (as amended)). The services to which this Procurement relates fall within the "Light Touch Regime" (LTR) governing procurement of Health, Social, Education and Other service contracts. No indication shall be taken to mean that the Contracting Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions.
-
Contract Details
- Open Contracting ID
-
ocds-b5fd17-59266c58-6648-4baf-846e-9e1c344b0365
- Publication Source
-
Contracts Finder
- Procurement Stage
-
Planning
- Procurement Method
-
Open
- Procurement Method Details
-
Open Procedure (above Threshold)
- Procurement Category
-
N/A
- Tender Suitability
-
SME VCSE
- Framework / DPS
-
Contract Classification
- CPV Code(s)
-
85100000
- CPV Division(s)
-
85 - Health and social work services
-
Awarding Authority
N E L COMMISSIONING SUPPORT UNIT
- Buyer Name
-
Khadijah Yasmin
- Buyer Email
-
Khadijah.yasmin@nhs.net
- Buyer Phone
- Buyer Address
-
4th Floor - Unex Tower
LONDON
E15 1DA
United Kingdom
-
Contract Timeline
- Publication Date
-
11th April 2023 16:58:55 PM
-
Contract Summary
This is a prior information notice of an upcoming procurement process for London Diabetic Eye Screening Programme (DESP) procurement. The NHS England London, Public Health Screening team, are currently preparing for the undertaking of the DESP re procurement 2023/24. The aim of the DESP is to reduce the risk of sight loss among people living with diabetes. Commissioners are seeking feedback from interested organisations in the form of completed Market Engagement Questionnaires (MEQ). The five intended lots are: - North West London (NWL) - North Central London (NCL) - North East London (NEL) - South East London (SEL) - South West London (SWL) People living with diabetes aged 12 and over are invited at least annually for routine retinal screening and more frequently for enhanced surveillance where required. Across London the DESP services are delivered from community clinics and health centres as near as possible to patients' home and/or GP. Delivery of the programme includes identification of those registered with GP with a diagnosis of diabetes via data extraction (via GP2DRS), invitation and provision of retinal screening, ongoing management of surveillance, onward referral pathways with screen detected of those who may require urgent or routine assessment and treatment. The scope and delivery of the service is detailed in the DESP National Service Specification No 22 (NHS public health functions agreement 2019-20 (england.nhs.uk). In London, five provider organisations are commissioned by NHS England (NHSE) to deliver Diabetic Eye Screening to a population of approximately 500,000 people living with diabetes. Interested organisation must express an interest via the Pro-contract e-tendering portal. Bidders need to register on Pro-contract if they are not registered already. This can be done by clicking the below link. https://procontract.due-north.com/Register Once registered, you can express an interest in this project by clicking the following link to this specific project: https://procontract.due-north.com/Advert?advertId=33cc878b-e3c3-ed11-8120-005056b64545 Please note that any expressions of interest by any other means will not be considered. Please note this expression of interest is only for Market Engagement Questionnaire. You will need to Express an Interest again once the procurement is live. Once you navigate to the project area you can access the Market Engagement materials provided in the messaging facility (a link to a questionnaire via MS Forms). Interested organisations are requested to complete and submit a copy of the Market Engagement Questionnaire through the MS Form no later than Thursday 11 May 2023 at 12.00 (noon). Additional information: Please see below the full details of the five lots: Lot 1 - North West London (NWL) - Boroughs included - Hillingdon, Hammersmith and Fulham, Kensington, Chelsea and Westminster, Ealing, Hounslow, Brent and Harrow Lot 1 - Estimated maximum annual value - £4,889,670 Estimated maximum total value for the full 7-years: £34,227,690 Lot 2 - North Central London (NCL) - Boroughs included - Barnet, Enfield, Haringey, Islington and Camden Lot 2 - Estimated maximum annual value - £3,162,020 Estimated maximum total value for the full 7-years: £22,134,140 Lot 3 - North East London (NEL) - Boroughs included - The City and Hackney, Waltham Forest, Newham, Tower Hamlets, Barking and Dagenham, Havering and Redbridge Lot 3 - Estimated maximum annual value - £4,701,140 Estimated maximum total value for the full 7-years: £32,907,980 Lot 4 - South East London (SEL) - Boroughs included - Lambeth, Southwark, Lewisham, Bexley, Bromley and Greenwich Lot 4 - Estimated maximum annual value - £2,943,411 Estimated maximum total value for the full 7-years: £20,603,877 Lot 5 - South West London (SWL) Boroughs included - Sutton and Merton, Wandsworth, Richmond and Twickenham, Croydon and Kingston Lot 5 - Estimated maximum annual value - £2,358,197 Estimated maximum total value for the full 7-years: £16,507,379 The service specifications, contract values and contract durations stipulated are all in draft and are being developed at the time of publication of this PIN. Feedback from this MEQ exercise will be considered by the commissioners before the service specification and other contract parameters are finalised for the next stage of the process. Any communications or clarification questions about this contract opportunity must be submitted be via the messaging facility for this project on ProContract e-tendering portal. This Market Engagement process is being managed by the NHS London Commercial Hub (hosted by NHS North East London) on behalf of NHS England in connection with a process under Regulation 75 of the Public Contract Regulations 2015 ("the Regulations" (as amended)). The services to which this Procurement relates fall within the "Light Touch Regime" (LTR) governing procurement of Health, Social, Education and Other service contracts. No indication shall be taken to mean that the Contracting Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions.
-
Contract Details
- Open Contracting ID
-
ocds-b5fd17-59266c58-6648-4baf-846e-9e1c344b0365
- Publication Source
-
Contracts Finder
- Procurement Stage
-
Planning
- Procurement Method
-
Open
- Procurement Method Details
-
Open Procedure (above Threshold)
- Procurement Category
-
N/A
- Tender Suitability
-
SME VCSE
- Framework / DPS
-
Contract Classification
- CPV Code(s)
-
85100000
- CPV Division(s)
-
85 - Health and social work services
-
Awarding Authority
N E L COMMISSIONING SUPPORT UNIT
- Buyer Name
-
Khadijah Yasmin
- Buyer Email
-
Khadijah.yasmin@nhs.net
- Buyer Phone
- Buyer Address
-
4th Floor - Unex Tower
LONDON
E15 1DA
United Kingdom
-
Contract Timeline
- Publication Date
-
11th April 2023 16:37:12 PM
-
Contract Summary
This is a prior information notice of an upcoming procurement process for London Diabetic Eye Screening Programme (DESP) procurement. The NHS England London, Public Health Screening team, are currently preparing for the undertaking of the DESP re procurement 2023/24. The aim of the DESP is to reduce the risk of sight loss among people living with diabetes. Commissioners are seeking feedback from interested organisations in the form of completed Market Engagement Questionnaires (MEQ). The five intended lots are: - North West London (NWL) - North Central London (NCL) - North East London (NEL) - South East London (SEL) - South West London (SWL) People living with diabetes aged 12 and over are invited at least annually for routine retinal screening and more frequently for enhanced surveillance where required. Across London the DESP services are delivered from community clinics and health centres as near as possible to patients' home and/or GP. Delivery of the programme includes identification of those registered with GP with a diagnosis of diabetes via data extraction (via GP2DRS), invitation and provision of retinal screening, ongoing management of surveillance, onward referral pathways with screen detected of those who may require urgent or routine assessment and treatment. The scope and delivery of the service is detailed in the DESP National Service Specification No 22 (NHS public health functions agreement 2019-20 (england.nhs.uk). In London, five provider organisations are commissioned by NHS England (NHSE) to deliver Diabetic Eye Screening to a population of approximately 500,000 people living with diabetes. Interested organisation must express an interest via the Pro-contract e-tendering portal. Bidders need to register on Pro-contract if they are not registered already. This can be done by clicking the below link. https://procontract.due-north.com/Register Once registered, you can express an interest in this project by clicking the following link to this specific project: https://procontract.due-north.com/Advert?advertId=33cc878b-e3c3-ed11-8120-005056b64545 Please note that any expressions of interest by any other means will not be considered. Please note this expression of interest is only for Market Engagement Questionnaire. You will need to Express an Interest again once the procurement is live. Once you navigate to the project area you can access the Market Engagement materials provided in the messaging facility (a link to a questionnaire via MS Forms). Interested organisations are requested to complete and submit a copy of the Market Engagement Questionnaire through the MS Form no later than Thursday 11 May 2023 at 12.00 (noon). Additional information: Please see below the full details of the five lots: Lot 1 - North West London (NWL) - Boroughs included - Hillingdon, Hammersmith and Fulham, Kensington, Chelsea and Westminster, Ealing, Hounslow, Brent and Harrow Lot 1 - Estimated maximum annual value - £4,889,670 Estimated maximum total value for the full 7-years: £34,227,690 Lot 2 - North Central London (NCL) - Boroughs included - Barnet, Enfield, Haringey, Islington and Camden Lot 2 - Estimated maximum annual value - £3,162,020 Estimated maximum total value for the full 7-years: £22,134,140 Lot 3 - North East London (NEL) - Boroughs included - The City and Hackney, Waltham Forest, Newham, Tower Hamlets, Barking and Dagenham, Havering and Redbridge Lot 3 - Estimated maximum annual value - £4,701,140 Estimated maximum total value for the full 7-years: £32,907,980 Lot 4 - South East London (SEL) - Boroughs included - Lambeth, Southwark, Lewisham, Bexley, Bromley and Greenwich Lot 4 - Estimated maximum annual value - £2,943,411 Estimated maximum total value for the full 7-years: £20,603,877 Lot 5 - South West London (SWL) Boroughs included - Sutton and Merton, Wandsworth, Richmond and Twickenham, Croydon and Kingston Lot 5 - Estimated maximum annual value - £2,358,197 Estimated maximum total value for the full 7-years: £16,507,379 The service specifications, contract values and contract durations stipulated are all in draft and are being developed at the time of publication of this PIN. Feedback from this MEQ exercise will be considered by the commissioners before the service specification and other contract parameters are finalised for the next stage of the process. Any communications or clarification questions about this contract opportunity must be submitted be via the messaging facility for this project on ProContract e-tendering portal. This Market Engagement process is being managed by the NHS London Commercial Hub (hosted by NHS North East London) on behalf of NHS England in connection with a process under Regulation 75 of the Public Contract Regulations 2015 ("the Regulations" (as amended)). The services to which this Procurement relates fall within the "Light Touch Regime" (LTR) governing procurement of Health, Social, Education and Other service contracts. No indication shall be taken to mean that the Contracting Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions.
-
Contract Details
- Open Contracting ID
-
ocds-b5fd17-59266c58-6648-4baf-846e-9e1c344b0365
- Publication Source
-
Contracts Finder
- Procurement Stage
-
Planning
- Procurement Method
-
Open
- Procurement Method Details
-
Open Procedure (above Threshold)
- Procurement Category
-
N/A
- Tender Suitability
-
SME VCSE
- Framework / DPS
-
Contract Classification
- CPV Code(s)
-
85100000
- CPV Division(s)
-
85 - Health and social work services
-
Awarding Authority
N E L COMMISSIONING SUPPORT UNIT
- Buyer Name
-
Khadijah Yasmin
- Buyer Email
-
Khadijah.yasmin@nhs.net
- Buyer Phone
-
020 3688 1000
- Buyer Address
-
4th Floor - Unex Tower
LONDON
E15 1DA
United Kingdom