Section one: Contracting authority
one.1) Name and addresses
NHS Norfolk and Waveney Integrated Care Board
Lakeside 400 Old Chapel Way Broadland Business Park
Norwich
NR7 0WG
Contact
Neelam Saroe
Country
United Kingdom
Region code
UKH15 - Norwich and East Norfolk
Internet address(es)
Main address
https://www.improvinglivesnw.org.uk/
Buyer's address
https://www.improvinglivesnw.org.uk/
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned 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
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Dental Out of Hours Services across Norwich, Lowestoft or Great Yarmouth, and Kings Lynn
Reference number
AG24545
two.1.2) Main CPV code
- 85130000 - Dental practice and related services
two.1.3) Type of contract
Services
two.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 Dental Out of Hours Services across Norwich, Lowestoft or Great Yarmouth, and Kings Lynn.
The Commissioner would like to procure three Dental Out of Hours Services Contracts, under a Personal Dental Services Agreement (PDS) for a duration of 4 years with the commissioner having the option to extend the Contract for up to a further 12 months.
The services are to provide Dental Out of Hours Services at weekends and Bank Holidays throughout the entirety of the year. Providers are to note, the Commissioner will not be providing any premises for the delivery of the services. Therefore, it is the Providers responsibility to source a premises solution for the Service Commencement date of 1st April 2025.
Key points for consideration for interested providers are: -
1. Must be a current provider for dental services
2. Must already be CQC registered.
3. Must have available or access to workforce capacity to provide the procured services
4. Must have the ability to mobilise quickly (for example within 2-3 weeks) due to working to a limited timeline.
5. Must be willing to work with system partners (e.g. 111 or GP Front Door) who will signpost patients to the service.
6. Must have suitable premises as described above.
Please note the deadline for responses to the Competitive Process is 10:00AM on 21st January 2025.
two.1.5) Estimated total value
Value excluding VAT: £1,535,040
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 - Norwich
Lot No
1
two.2.2) Additional CPV code(s)
- 85131000 - Dental-practice services
two.2.3) Place of performance
NUTS codes
- UKH15 - Norwich and East Norfolk
two.2.4) Description of the procurement
Lot 1 - Norwich:
The estimated total value of the contract (4 years with the option to extend for a further 12 months) is £767,520.
The service is expected to cover the following:
4 sessions on Saturdays
2 sessions on Sundays
2 sessions on Bank Holidays
The Commissioner would expect 6 patients to be seen per session.
The premises solution for the services are expected to be within 3 miles of Norwich City Centre (NR3 1YE Postcode).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £767,520
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 2 - Lowestoft or Great Yarmouth
Lot No
2
two.2.2) Additional CPV code(s)
- 85131000 - Dental-practice services
two.2.3) Place of performance
NUTS codes
- UKH1 - East Anglia
Main site or place of performance
Lowestoft or Great Yarmouth
two.2.4) Description of the procurement
Lot 2 - Lowestoft or Great Yarmouth:
The estimated total value of the contract (4 years with the option to extend for a further 12 months) is £383,760.
The service is expected to cover the following:
2 sessions on Saturdays
1 session on Sundays
1 session on Bank Holidays
The Commissioner would expect 6 patients to be seen per session.
The premises solution for the services are expected to be within 5 miles of either central Lowestoft (NR32 or NR33 postcodes) or within 5 miles of central Great Yarmouth (NR30 postcode)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £383,760
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 3 - Kings Lynn
Lot No
3
two.2.2) Additional CPV code(s)
- 85131000 - Dental-practice services
two.2.3) Place of performance
NUTS codes
- UKH16 - North and West Norfolk
Main site or place of performance
Kings Lynn
two.2.4) Description of the procurement
Lot 3 - Kings Lynn:
The estimated total value of the contract (4 years with the option to extend for a further 12 months) is £383,760.
The service is expected to cover the following:
2 sessions on Saturdays
1 session on Sundays
1 session on Bank Holidays
The Commissioner would expect 6 patients to be seen per session.
The premises solution for the services are expected to be within 5 miles of Central Kings Lynn (PE30 postcode)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-039986
four.2.2) Time limit for receipt of tenders or requests to participate
Date
21 January 2025
Local time
10:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
21 January 2025
Local time
10:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.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.
The Contracting Authority will be using an eTendering system for this procurement exercise.
Further information and the ITT documentation can be found via the 'Live Opportunities' list on the e-tendering system at the following link:
https://atamis-1928.my.salesforce-sites.com/?SearchType=Projects
You can also register your interest via this page. You can search for the opportunity by entering the following contract reference: C324205: COMP: Dental Out of Hours: Norwich, Lowestoft or Great Yarmouth and Kings Lynn.
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;
Key Criteria 1: Quality and Innovation: 43.00%
Key Criteria 2: Value: 0.00% (Pass/Fail)
Key Criteria 3: Integration, Collaboration and Services Sustainability: 18.00%
Key Criteria 4: Improving Access, Reducing Health Inequalities and Facilitating Choice: 15.00%
Key Criteria 5: Social Value: 24.00%
The evaluation stages are as follows;
Stage 1: Preliminary compliance review
Stage 2: Evaluation of the Basic Selection Question and Key Criteria Questions
Stage 3a: Moderation of Basic Selection Questions and Key Criteria Questions
Stage 3b: Clarification if required
Stage 3c: Re-Moderation if required
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.
Please see published procurement documentation for further details.
six.4) Procedures for review
six.4.1) Review body
High Court
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
NHS Arden and GEM CSU
St John's House, East Street
Leicester
LE1 6NB
Country
United Kingdom
Internet address
https://www.ardengemcsu.nhs.uk/
six.4.4) Service from which information about the review procedure may be obtained
NHS Arden and GEM CSU
St John's House, East Street
Leicester
LE1 6NB
Country
United Kingdom