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 Notice

NHSE492 — General Dental Services — Rothbury, Hadston, Amble

  • First published: 04 February 2019
  • Last modified: 04 February 2019

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:
NHS England North (Cumbria and the North East)
Authority ID:
AA74236
Publication date:
04 February 2019
Deadline date:
04 March 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Contracting Authority is procuring comprehensive routine general dental services in Rothbury and Hadston/Amble, commencing on 1.12.2019 for an initial contract period of 7 years with the option to extend the contract period for a further 3 years.

The Contracting Authority has set a minimum payment of 28,00 GBP to a maximum payment of 32,00 GBP per Unit of Dental Activity (UDA). Based upon the minimum/maximum payments per UDA for the 10 year contract (7 years plus 3 years) would be approximately 3 752 000 GBP to 4 288 000 GBP.

“Under the Public Services (Social Value) Act 2012 Contracting Authorities must consider:

(a) how what is proposed to be procured might improve the economic, social, and environmental well-being of the area where they exercise their functions; and

(b) how, in conducting the process of procurement, they might act with a view to securing that improvement.

Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the Contracting Authority relating to “economic, social, and environmental well-being”.

The basic principles of the open procedure will be followed for this procurement to test the capacity, capability, and technical competence of bidders in accordance with The Light-Touch Rules Regime, Regulations 74 to 77 of The Public Contracts Regulations 2015 (SI 2015 No. 102) (for health, social, education, and certain other service contracts).

This procurement will be conducted via the NECS e-tendering system (PROACTIS) as such there will be no hardcopy documents issued to bidders and all communications between bidders and NECS, including tender submissions, will be conducted via the PROACTIS portal.

To express an interest in tendering for this procurement, please register on the PROACTIS e-tendering portal, which can be found at: https://www.proactisplaza.com/SupplierPortal/?CID=NECS and follow the registration instructions.

Please note that it is free to register on PROACTIS, which can be accessed at any time of day.

Should you have any queries, or are having problems registering on the portal, you should contact the e-Tendering provider by Email: Suppliersupport@proactis.com or Website: http://proactis.kayako.com/suppliernetwork/Core/Default/Index (Monday to Friday 8:30 a.m. to 5:00 p.m.).

Please note: Tender documentation will be available via PROACTIS from 12:00 noon on 1.2.2019 and the closing time and date for receipt of tenders is 12:00 noon on 4.3.2019.

Full notice text

Social and other specific services – public contracts

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS England North (Cumbria and the North East)

Waterfront 4, Goldcrest Way

Newcastle upon Tyne

NE15 8NY

UK

Telephone: +44 1642745000

E-mail: necsu.neprocurement@nhs.net

NUTS: UKD1

Internet address(es)

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

Address of the buyer profile: www.proactisplaza.com/supplierportal/?CID=NECS

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.proactisplaza.com/supplierportal/?CID=NECS


Additional information can be obtained from another address:

North of England Commissioning Support

Teesdale HouseWestpoint RoadThornaby

Stockton-on-Tees

TS17 6BL

UK

E-mail: necsu.neprocurement@nhs.net

NUTS: UKC11

Internet address(es)

Main address: http://www.necsu.nhs.uk

Address of the buyer profile: www.proactisplaza.com/supplierportal/?CID=NECS

Tenders or requests to participate must be sent electronically to:

www.proactisplaza.com/supplierportal/?CID=NECS


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

NHSE492 — General Dental Services — Rothbury, Hadston, Amble

Reference number: NHSE492

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

North of England Commissioning Support (NECS) is a commissioning support service hosted by NHS England and is managing this procurement process for and on behalf of NHS England (North) Cumbria and North East (the Contracting Authority). The Contracting Authority is procuring comprehensive routine general dental services in Rothbury and Hadston/Amble, commencing on 1.12.2019 for an initial contract period of 7 years with the option to extend the contract period for a further 3 years.

The Contracting Authority has set a minimum payment of 28,00 GBP to a maximum payment of 32,00 GBP per Unit of Dental Activity (UDA). Based upon the minimum/maximum payments per UDA for the 10 year contract (7 years plus 3 years) would be approximately 3 752 000 GBP to 4 288 000 GBP.

II.1.5) Estimated total value

Value excluding VAT: 4 288 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

85000000

85130000

85131000

85100000

II.2.3) Place of performance

NUTS code:

UKD1


Main site or place of performance:

Rothbury and either Hadston or Amble

II.2.4) Description of the procurement

The Contracting Authority is procuring comprehensive routine general dental services in Rothbury and Hadston/Amble, commencing on 1.12.2019 for an initial contract period of 7 years with the option to extend the contract period for a further 3 years.

The Contracting Authority has set a minimum payment of 28,00 GBP to a maximum payment of 32,00 GBP per Unit of Dental Activity (UDA). Based upon the minimum/maximum payments per UDA for the 10 year contract (7 years plus 3 years) would be approximately 3 752 000 GBP to 4 288 000 GBP.

“Under the Public Services (Social Value) Act 2012 Contracting Authorities must consider:

(a) how what is proposed to be procured might improve the economic, social, and environmental well-being of the area where they exercise their functions; and

(b) how, in conducting the process of procurement, they might act with a view to securing that improvement.

Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the Contracting Authority relating to “economic, social, and environmental well-being”.

The basic principles of the open procedure will be followed for this procurement to test the capacity, capability, and technical competence of bidders in accordance with The Light-Touch Rules Regime, Regulations 74 to 77 of The Public Contracts Regulations 2015 (SI 2015 No. 102) (for health, social, education, and certain other service contracts).

This procurement will be conducted via the NECS e-tendering system (PROACTIS) as such there will be no hardcopy documents issued to bidders and all communications between bidders and NECS, including tender submissions, will be conducted via the PROACTIS portal.

To express an interest in tendering for this procurement, please register on the PROACTIS e-tendering portal, which can be found at: https://www.proactisplaza.com/SupplierPortal/?CID=NECS and follow the registration instructions.

Please note that it is free to register on PROACTIS, which can be accessed at any time of day.

Should you have any queries, or are having problems registering on the portal, you should contact the e-Tendering provider by Email: Suppliersupport@proactis.com or Website: http://proactis.kayako.com/suppliernetwork/Core/Default/Index (Monday to Friday 8:30 a.m. to 5:00 p.m.).

Please note: Tender documentation will be available via PROACTIS from 12:00 noon on 1.2.2019 and the closing time and date for receipt of tenders is 12:00 noon on 4.3.2019.

II.2.6) Estimated value

Value excluding VAT: 4 288 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 120

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 Contracting Authority and NECS reserve the right to cancel the tender process at any point and will not be held liable for any costs resulting from any cancellation of the tender process or for any other costs incurred by those tendering for the contract.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.4) Objective rules and criteria for participation

Public contracts for health, social, education, and certain other service contracts listed in Schedule 3 of the Public Contracts Regulations 2015 (SI 2015 No. 102) (PCR 2015) shall be awarded in accordance with Chapter 3 Section 7 Regulation 74 to 77 of PCR 2015.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As per the ITT Documentation.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.10) Identification of the national rules applicable to the procedure:

Information about national procedures is available at: (URL)

http://www.legislation.gov.uk/uksi/2015/102/pdfs/uksi_20150102_en.pdf

IV.1.11) Main features of the award procedure:

The basic principles of the open procedure will be followed for this procurement to test the capacity, capability, and technical competence of bidders in accordance with the Light-Touch Rules Regime, Regulations 74 to 77 of The Public Contracts Regulations 2015 (SI 2015 No. 102) (for health, social, education, and certain other service contracts).

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 04/03/2019

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.3) Additional information

On viewing the tender documents for the first time, we advise you to check the clarifications section to ensure you have not missed any additional information that may have been issued prior to your expression of interest in this tender. It is also advisable to continue to check the clarifications section throughout the tender process.

The Contracting Authority will only accept documents for tenders or quotations placed on the e-Tendering portal to be received electronically unless explicitly stated otherwise in the bidder’s instructions.

Tenders submitted via the e-Tendering portal must be received in full prior to the closing time for receipt of tenders. Bidders are advised that uploading of large electronic files may take some time and as such bidders must allow sufficient time to fully transmit all files prior to the closing time for receipt of tenders.

The server clock displayed within the e-Tendering system shall govern the time for close of tender returns.

Tender documentation will be available via PROACTIS from 12:00 noon on 1.2.2019 with a tender return time and date of 12:00 noon on 4.3.2019.

(MT Ref:214574)

VI.4) Procedures for review

VI.4.1) Review body

North of England Commissioning Support Unit

Teesdale House, Thornaby

Stockton-on-Tees

TS17 6BL

UK

Telephone: +44 1642745000

Internet address(es)

URL: http://www.necsu.nhs.uk

VI.4.4) Service from which information about the review procedure may be obtained

Royal Courts of Justice

The High Courts of Justice

London

WC242LL

UK

Internet address(es)

URL: https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice

VI.5) Date of dispatch of this notice

29/01/2019

Coding

Commodity categories

ID Title Parent category
85130000 Dental practice and related services Health services
85131000 Dental-practice services Dental practice and related services
85000000 Health and social work services Other Services
85100000 Health services Health and social work 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:
necsu.neprocurement@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.