Tender

Provision of Dental Out of Hours Services across Norwich, Lowestoft or Great Yarmouth, and Kings Lynn

  • NHS Norfolk and Waveney Integrated Care Board

F02: Contract notice

Notice identifier: 2025/S 000-000118

Procurement identifier (OCID): ocds-h6vhtk-04c747

Published 3 January 2025, 4:47pm



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

Email

neelamsaroe@nhs.net

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

Internet address

https://www.ardengemcsu.nhs.uk/