Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Norfolk and Waveney Integrated Care Board
8th Floor, County Hall, Martineau Lane
Norwich
NR1 2DH
UK
Contact person: Neelam Saroe
E-mail: neelamsaroe@nhs.net
NUTS: UKH15
Internet address(es)
Main address: https://www.improvinglivesnw.org.uk/
Address of the buyer profile: https://www.improvinglivesnw.org.uk/
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be sent to the abovementioned 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
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
General Dental Services and Unscheduled (Urgent Treatment) Dental Services for Holt and Wells – next – the - Sea
Reference number: AG24546
II.1.2) Main CPV code
85130000
II.1.3) Type of contract
Services
II.1.4) Short description
NHS Norfolk and Waveney Integrated Care Board (referred to as the Commissioner) is inviting suitably qualified and experienced providers to deliver General Dental Services and Unscheduled (Urgent Treatment) Dental Services for Holt and Wells – next – the – Sea. <br/><br/>The Commissioner expects the service to be delivered from two sites, one in Holt and one in Wells – next – the - Sea (this will be delivered as one contract. The Provider is expected to deliver a combined total of 21,000 Units of Dental Activity (UDA) over the two sites.<br/><br/>The Commissioner would like to procure the Service under a Personal Dental Services Agreement (PDS) for a duration of 7 years with the commissioner having the option to extend the Contract for up to a further 3 years (maximum contract duration 10 years). The Service is intended to be provided between 1st October 2025 – 30th September 2035 (10 years maximum duration). <br/><br/>Please note the deadline for responses to the Competitive Process is 10:00AM on Wednesday 14th May 2025.
II.1.5) Estimated total value
Value excluding VAT:
7 061 650.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKH16
Main site or place of performance:
Holt and Wells – next – the - Sea
II.2.4) Description of the procurement
The service will be required to offer NHS General Dental Services across the relevant treatment Bands (Bands 1, 2 and 3), in addition to offering unscheduled care (urgent treatment) appointments, as set out in the Personal Dental Services Agreement. <br/><br/>The delivery of the service will include approximately 17,787 UDAs for General Dental Services and approximately 3,213 UDAs to deliver 1,560 Unscheduled Care (urgent treatment) Appointments / unscheduled (urgent treatment) care for 30 patients per week for 52 weeks a year under sessional payment arrangements.<br/><br/>The activity is based on the existing contractual arrangements for both locations. It is important for Providers to understand the demographics and socio-economic issues faced in each of the locations.<br/><br/>Services are expected to be offered between the hours of 9:00am and 5:30pm Monday – Friday, with Saturday opening optional at present, throughout the entirety of the year. The provider should ensure that unscheduled care appointments are accessible via 111. Providers should be mindful of Core20Plus5 population groups with a view to reducing barriers to accessing the service.<br/><br/>Providers are to note, the Commissioner will not be providing any premises for the delivery of the service . The Commissioner expects the service to be delivered from two sites, one in Holt and one in Wells – next – the - Sea.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
7 061 650.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Key points for consideration for interested providers are that they: -<br/><br/>1. Must already be a current provider for dental services or have necessary experience.<br/>2. Already be CQC registered or with the imminent intention to become registered with the CQC within the mobilisation period.<br/>3. Must be willing to work with system partners (e.g. 111 or other primary care providers) who will signpost patients to the service.<br/>4. Must have suitable premises (please refer to procurement documentation for further details) or plans in place.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-007830
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
14/05/2025
Local time: 10:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
14/05/2025
Local time: 10:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.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 Public Contracts Regulations 2015 do not apply to this award.<br/><br/>The Contracting Authority will be using an eTendering system for this procurement exercise.<br/>Further information and the ITT documentation can be found via the 'Live Opportunities' list on the e-tendering system at the following link:<br/><br/>https://atamis-1928.my.salesforce-sites.com/?SearchType=Projects<br/><br/>You can also register your interest via this page. You can search for the opportunity by entering the following contract reference: C344096: General Dental and Unscheduled Dental Services for Holt and Wells–next–the-sea.<br/><br/>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;<br/><br/>Key Criteria 1: Quality and Innovation: 36.00%<br/>Key Criteria 2: Value: 0.00% (Pass/Fail)<br/>Key Criteria 3: Integration, Collaboration and Services Sustainability: 26.00%<br/>Key Criteria 4: Improving Access, Reducing Health Inequalities and Facilitating Choice: 19.50%<br/>Key Criteria 5: Social Value: 18.50%<br/><br/>The evaluation stages are as follows;<br/><br/>Stage 1: Preliminary compliance review<br/>Stage 2: Evaluation of the Basic Selection Question<br/>Stage 2a: Moderation<br/>Stage 2b: Clarification <br/>Stage 2c: Re-Moderation if required<br/>Stage 3: Evaluation of Key Criteria Questions <br/>Stage 3a: Moderation<br/>Stage 3b: Clarification<br/>Stage 3c: Re-Moderation if required<br/><br/>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.<br/><br/>Please see published procurement documentation for further details.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Strand,
London,
WC2A 2LL
UK
Internet address(es)
URL: https://www.theroyalcourtsofjustice.com
VI.4.2) Body responsible for mediation procedures
NHS Arden and Greater East Midlands Commissioning Support Unit
Cardinal Square, 10 Nottingham Road
Derby
DE1 3QT
UK
Internet address(es)
URL: https://www.ardengemcsu.nhs.uk/
VI.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
UK
Internet address(es)
URL: https://www.ardengemcsu.nhs.uk/
VI.5) Date of dispatch of this notice
16/04/2025