Section one: Contracting authority
one.1) Name and addresses
NHS England
Quarry House, Quarry Hill
Leeds
LS2 7UE
Contact
Rebecca Rogers
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
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
NHS England South West - Procurement for the provision of Supervised Tooth Brushing across the South West (Lots 1-7)
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS England South West (NHSE) seeks expressions of interest from providers who have the capability and capacity to deliver a Supervised Tooth Brushing service across the South West. This opportunity is split into 7 lots, full details of which can be found in the ITT document.
NHSE aims to establish supervised tooth brushing schemes in areas across the South West where children are at high risk of poor oral health. The intention is to reach the children who attend nursery (aged 3-4 years) in the final year before starting school and reception classes (aged 4-5 years), in the 50% most deprived areas (LSOAs) across the South West.
The contract length will be 2 years and five months (including mobilisation), with an option to extend for a further 1 year at the sole discretion of the Commissioner, with service delivery scheduled to start on 01/09/2023.
two.1.5) Estimated total value
Value excluding VAT: £4,449,740
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKK - South West (England)
two.2.4) Description of the procurement
NHS England South West (NHSE) seeks expressions of interest from providers who have the capability and capacity to deliver a Supervised Tooth Brushing service across the South West. This opportunity is split into 7 lots, full details of which can be found in the ITT document.
NHSE aims to establish supervised tooth brushing schemes in areas across the South West where children are at high risk of poor oral health. The intention is to reach the children who attend nursery (aged 3-4 years) in the final year before starting school and reception classes (aged 4-5 years), in the 50% most deprived areas (LSOAs) across the South West.
The contract length will be 2 years and five months (including mobilisation), with an option to extend for a further 1 year at the sole discretion of the Commissioner, with service delivery scheduled to start on 01/09/2023.
The indicative contract value is £1,435,400 per annum in total, for all 7 Lots (variable amount per lots as per ITT documents) plus a management/mobilisation allowance of £143,540. The total indicative contract value for the 3-year contract is £4,449,740 for all 7 Lots, including the management/mobilisation allowance. The tariff price is set at £20 per head, with further details provided in the ITT documents.
The main objectives of the scheme are:
• To enable children in nursery and reception classes to participate in supervised tooth brushing each day that they attend an eligible early years setting
• Supervised by suitably trained early years staff, the children will brush their own teeth
• Early years staff will be suitably trained and supported by oral health teams
• Training will be provided on-site and preparation of the scheme on site will be carried out by oral health teams
• Oral health teams will be appropriately trained and qualified to provide oral health and advice on infection control and to monitor on site delivery of the scheme
• Advice from a dental professional will be available during the lift of the contract
• To issue additional home packs including a toothbrush, fluoride toothpaste and oral health information, which will be distributed to parents at the start of the school year
• Information around the continuance of tooth brushing will be communicated to parents/carers at the start of the scheme and as the start of each extended holiday
• To provide parents with information about accessing a dental practice
This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.
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: £4,449,740
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
31 March 2023
End date
31 August 2025
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further 1 year at the sole discretion of the Commissioner
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 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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
13 February 2023
Local time
12:00pm
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
13 February 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations"), which are not subject to the full regime of the Regulations, but are instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).
The tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or the Treaty on the Functioning of the European Union or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services.
Neither the inclusion of a Bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority ("Open", "Restricted", "Competitive Procedure with Negotiation", "Competitive Dialogue" or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations.
The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10 day standstill period described in Regulation 86 of the Regulations. Unsuccessful Bidders will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/application was unsuccessful.
six.4) Procedures for review
six.4.1) Review body
The High Court
The Strand
London
WC2A 2LL
Country
United Kingdom