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